Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2004 FBO #0892
SOURCES SOUGHT

56 -- INSTALLATION OF HOME ELEVATOR

Notice Date
5/4/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-42-04
 
Response Due
5/18/2004
 
Point of Contact
Contracting Officer - LaKeisha Wiley-Bess, Contract Specialist, Ph:(202) 745-8420, Fx:null
 
E-Mail Address
Email your questions to LaKeisha Wiley-Bess
(lakeisha.wiley-bess@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.12 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is being issued as an Request For Quotation (RFQ) number 688-42-04. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2001-22. The NAIC code for this solicitation is 333921. The small business size standard is 500 employees. This solicitation is a 100% small business set-aside. The contractor shall provide all necessary labor, materials, tools, equipment, transportation and supervision required to remove and dispose of old unit and install one Waupaca Home Elevator or equal while maintaining a clean work area. Installation shall be performed in accordance with the specifications as stated: Model: One (1) Waupaca Home Elevator or equal Travel: Approximately 30 ft Stop: 2 Opening: Front opening 1, Side 1 Size of Car: 54?x 36? Equipment: 750 lb. Capacity, 36 fpm, Unfinished cab, Unfinished floor, Two power door openers, Side load at the upper floor, One hand rail, Brushed bronze stations, A single 6? recessed Cab light, All standard features, emergency alarm and stop switch, and installation. All electrical requirements are in place for this replacement unit. Warranty: One (1) year warranty on materials and workmanship from the date of installation. Contractor Agrees to repair or replace defective parts free of charge for same one year period. Price shall be FOB DESTINATION. Protection of VA Beneficiary Home ? The contractor shall use reasonable care to avoid damaging patient?s home, equipment, and vegetation. If the contractor?s failure to use reasonable care causes damage to any of this property, the contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the contractor fails or refuses to make such repair or replacement, the contractor shall be liable for the cost, which may be deducted from the contract price. Site Visit ? Bidder?s requesting visits to site must schedule with the Contracting Officer. Payment ? The Government shall pay the contractor, in arrears, upon receipt of a properly prepared invoice and acceptance by the Government, less any deductions provided in the contract. Payment by Governmentwide Commercial Purchase Card is authorized. Prior to performance the contractor will be required to register in the Central Contractor Registration (CCR) database and schedule installation with the Contracting Officer. Waupaca Home Elevator (or equal) installed @ $_______________. (please indicate completion time in your quote) *All insurance, taxes, freight and inspection must be itemized and included in the price. Please include in bid package a completed Standard Form 1449 which can be found at www.gsa.gov/forms/far for required provisions, and a schedule of prices. Acceptance time will be 60 days from bid opening date. The following provisions apply to this solicitation: 52.212-3 Reps & Certs Data Universal Numbering System (DUNS) Number (OCT 2003) ? provide DUNS Number ____________________, 52.212-1 Instructions to Offerors-commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, , 52.212-5 Contract Terms and Conditions including Clauses incorporated by reference under Section (b) applicable clauses are 52.219-6, Notice of Total Smaill Business Set-Aside (JUN 2003), 52.222-3 Convict Labor, 52.222-21 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (EO 11246), 52.222-3 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793), and 52.225-3 Buy American Act-Supplies (41 USC 10), 52.232-34 Payment by Electronic FundsTransfer-Other than Central Contractor Registration and 52.219-2 Equal Low Bids. Other clauses incorporated by reference are 52.211-6 Brand Name or Equal (AUG 1999), 52.224-2 Privacy Act (OCT 1984), 852.237-70 Contractor Responsibilities (APR 1984) as applicable to the ?State of Maryland?. Bidders responding to this announcement shall submit a bid along with the information required in 52.212-1 and a completed copy of provision, and VAAR 852.219-70 Veteran Owned Small Business (Dec 1990) to VA Medical Center (688/90C), Room 3D233, 50 Irving Street, NW, Washington, DC 20422 by 5/18/04 at 2:00pm Local Time. Faxed offers will be accepted. All responsible sources will be considered.
 
Web Link
RFQ 688-42-04
(http://www.bos.oamm.va.gov/solicitation?number=688-42-04)
 
Place of Performance
Address: MARYLAND
Zip Code: 20746
Country: United States
 
Record
SN00579522-W 20040506/040504212023 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.