Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

56 -- Install Historic Stained Glass Window

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-07-RQ-0275
 
Response Due
6/6/2007
 
Archive Date
6/21/2007
 
Description
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 requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-07-RQ-0275. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This government contemplates a firm fixed price contract from this procurement. This procurement will be an unrestricted acquisition. Far Part 19.10 Small Business Competitiveness Demonstration Program applies to this procurement. The solicitation and document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-17, Effective 15 May 2007. The North American Industry Classification System (NAICS) is 238150 with a size standard of 13 million dollars. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award will be made to the low priced, technically acceptable offeror. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1 Unit of Issue: Job, Description: The contractor shall provide all material and labor necessary to repair, restore and install a historic stained glass window of President Abraham Lincoln. The window shall be mounted at a designated location in the Domiciliary building 160, 4101 S Fourth Street Leavenworth KS, 66048. The glass window is currently in storage at the Veterans Affairs Facility as specified below: SCOPE: The contractor shall provide all material and labor necessary to repair, restore and install a historic stained glass window of President Abraham Lincoln. The window shall be mounted at a designated location in the Domiciliary building 160. The glass window is currently in storage. 2. SERVICES TO BE PROVIDED. Contractor craftsman recommended by the Kansas State Historical Society shall repair and install the VA provided historic stained glass Lincoln Window in the Domiciliary, Building 160 window frame prepared for it. The historic stained glass window should be repaired per the guidance in Preservation Brief #33 - The Preservation and Repair of Historic Stained and Leaded Glass. A copy of the full set of Preservation Briefs may be found online at http://www.cr.nps.gov/hps/tps/briefs/brief33.htm The Preservation Brief #33 outline appropriate methods of framing, caming, and glass as well as appropriate protective measures such as Plexiglas coverings with adequate ventilation. The window has been stored in a crate for over twenty years. The estimate dimension of the window is 12 foot by 4 foot. After the window is repaired and restored, the contractor shall install the restored window in the Domiciliary Building No. 160 in a frame of like dimension prepared for the Lincoln Window. The frame shall be modified as required to accept the installation of the Lincoln Window. The contractor shall provide safety Plexiglas on each side of the Lincoln Window for protection. 3. SPECIAL INSTRUCTIONS. Contractor Check-in - The contractor's representative will schedule all work with the Steven Conner Leavenworth Kansas Veterans Hospital at (913) 682.2000 Ext. 52260, prior to performance of services. Contractor shall report all issues to the Contracting Officer's Technical Representative (COTR) Steven Conner while performing work at the Leavenworth Kansas VA Medical Center. b. The contractor will perform his/her duties during normal Leavenworth Kansas VAMC business hours, 8:00 AM - 5:00 PM, Monday-Friday, except Federal Holidays. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Nov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). 52.212-2 Evaluation-Commercial Items (JAN 1999) Technical and past performance, when combined, are approximately equal to cost or price. Vendors shall provide three (3) references with contact numbers and a technical plan to complete the renovation and installation of the project. 52.237-1 SITE VISIT (APR 1984) Offerors or quoters 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 contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Date: May 24, 2007 Location: Dwight Eisenhower Veterans Affairs Medical Center (VAMC) 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Place: Building 160 Domiciliary Lobby Time: 10:00 A.M. thru 12:00 P.M. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email, or by facsimile (913) 758-6495 for notification of amendments. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # VA-255-07-RQ-0275 and emailed to the Point of Contact Listed below or sent by facsimile to 913-758-6495 no later than then 6 June 2007 at 11:00 a.m. Central Standard Time (CST). The point of contact for this procurement is Arnold Payne, Contracting Specialist, Department of Veterans AffairsVA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: arnold.payne@va.govPhone: 913-758-4241, Fax # 913-758-6495.
 
Place of Performance
Address: 4101 S 4TH STREET;LEAVENWORTH KS
Zip Code: 66048
Country: USA
 
Record
SN01296703-W 20070519/070517220749 (fbodaily.com)
 
Source
FedBizOpps 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.