This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24425Q0331.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 effective January 17th, 2025, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV.
This Solicitation is being competed as a total Small Business (SB) Set-Aside. The NAICS Code is 561621, and the Product Service Code (PSC) is H312 with a business size standard of $19 million.
The NCO4 Contracting Office is seeking to obtain Fire Alarm and Suppression Inspection, Maintenance, and Testing Services in accordance with the statement of work.
Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract.
Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation. All quoters are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. The quoter is responsible for any quote preparation and/or submission costs.
The period of performance (POP) in the attached schedule is an estimate. The contract is anticipated to be a five year Indefinite Delivery Indefinite Quantity at firm fixed price with an estimated period of performance from 4/1/2025 to 3/31/2030.
Any award resulting from this solicitation will be issued on a Standard Form 1449.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov.
Offerors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4. Questions may be sent via email to Nicholas Guzenski at nicholas.guzenski@va.gov. No questions will be answered after the question submission deadline: March 5th, 2025, at 2:00 PM Eastern Time.
Quote Submission Instructions:
Failure to follow the instructions below may result in elimination from award consideration or a non-compliant determination.
Quotes shall be submitted through email only. Multiple emails are allowable if necessary due to document size limitations.
All quotes shall include one (1) separate electronic copy of each of the Section listed below. The Sections must be clearly identified as described below (either as the title of the document or on the actual document).
No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may be considered non-compliant and not evaluated.
B. Section I Administrative/Regulatory. Page limit: None.
In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov.
The offeror shall include a narrative regarding subcontractors. This narrative shall describe what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and UEI. If the offeror does not plan to use subcontractors, they need to respond accordingly.
Quoters must include the solicitation number; The deadline specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; The SAM Unique Entity Identifier (UEI); and include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
The offeror shall submit any completed fill-ins from the solicitation in this section as they may apply, including FAR 52.212-3 paragraph (b) and acknowledging any amendments.
Section II Technical. Page limit: 10 pages including any coversheets and table of contents.
The offeror shall submit a narrative demonstrating a clear understanding of the services required, and describing the process the offeror proposes to perform the services outlined in the SOW. This narrative shall not be a direct copy of the SOW.
Section III Past Performance. Page Limit: 4 pages including any coversheets.
The offeror shall submit a past performance narrative of up to three commercial projects completed within the last three years which are similar in size and scope to the services outlined in this solicitation. Include a description of work, the results of work, and the dollar value of each project.
In the case that an offeror does not have a record of relevant past performance, or if information on past performance is not available, the offeror will include a statement indicating so in this section.
The evaluator shall submit Past Performance Questionnaire (Attachment B) with their quote. Offeror(s) shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. All past performance references shall be completed by the evaluator and include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other information relevant to this quote.
The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor.
Section IV Price. No page limit. Please note, this section is not sent to the technical evaluators.
Offerors are required to complete the pricing information found in the schedule of the solicitation. Line items shall not be edited. Pricing per unit and total per line are required as well as contract total.
Offerors are required to include hourly rates for additional repairs/services for CLIN 0006
In order to evaluate the total price using the quoted hourly pricing described in the scheduel, the Contracting Officer will use a flat number of hours for each rate, CLIN and quote. That number will be set as follows for each year:
Regular time: 68 hours
Overtime: 16 hours
Holiday/Weekend/Night: 16 hours
The number of hours will then be multiplied by each of the hourly rates quoted by the vendor and be used to determine a total quoted price for evaluation purposes only. For example:
CLIN 0006:
Rate for Regular time $2 x 68 hours = $136
Rate for Overtime $3 x 16 hours = $48
Rate for Holiday/Weekend/Night $4 x 16 hours = $64
Total price for CLIN 0006 for evaluation purposes: $248.00
This value will be included in the vendor s quote as CLIN 0006 (for price evaluation purposes only) and then added with the rest of the vendor s quoted price (for evaluation purposes only).
The number of hours provided in this calculation are estimates only and provided for price evaluation purposes only. There is no guarantee that these hours will be used or will be a minimum or maximum expectation of future work.
II. Evaluation of Quotations
Quotes will be evaluated in accordance with the criteria set forth below. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror.
Quotes will be comparatively evaluated in accordance with FAR 13.106-2(b)(3).
Quotes will be reviewed for completeness and for compliance with the solicitation before the comparative evaluation analysis. Only complete quotes in compliance with the solicitation will be comparatively evaluated based on the following sections of each quote s submittals: Technical, Past Performance, and Price. Any offeror without a record of relevant past performance will not be evaluated favorably or unfavorably.
Comparative Evaluation Process:
Quotes will be directly compared with another in a uniform and fair manner to determine which quote provides the government the best value in terms of Technical, Past Performance, and Price. Quotes will be evaluated in no preference or order. After evaluating two quotes side by side and determining one to provide the best value, it will then be compared side by side with the next quote until all complete and compliant quotes have been evaluated and one quote is determined to provide the best value to the government. Award will be made to the responsible offeror who provides the best value to the government at a price which can be determined as fair and reasonable.