DOCUMENT
N -- GI Flooring Materials for Suite for 8th floor - Attachment
- Notice Date
- 7/25/2011
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veteran Affairs;VA Medical Center (90CSC);1481 West Tenth Street;Indianapolis IN 46202
- ZIP Code
- 46202
- Solicitation Number
- VA25111RI0317
- Response Due
- 8/12/2011
- Archive Date
- 10/11/2011
- Point of Contact
- Brendon Saunders
- E-Mail Address
-
Contract Specialist
(brendon.saunders@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR GI FLOORING MATERIAL. The Richard L Roudebush VA Medical Center, 1481 W. Tenth Street, Indianapolis, Indiana, has a requirement for the installation of all sheet vinyl flooring and LVT, including base cove in the rooms where those materials are required to be installed. Please refer to Dwg A-601 for specifics. This scope of work includes only flooring and base cove work. The proposed action is for supplies/services for which the Government intends to order from ONE (1) source. Although not mandatory, a HIGHLY RECOMMENDED site visit to verify size dimensions and material requirements is set for August 1, 2011 from 1PM to 2 PM (est.) at Building 5 of the Richard L. Roudebush VA Medical Center, Attn: 1481 W. Tenth St., Indianapolis, IN 46202. The point of contact for the visit is Mr. John Piwowarski; Phone 317-988-3083. All questions shall be submitted in writing or electronically and shall be submitted no later than August 3, 2011 at 12PM (noon) to the Richard L. Roudebush VA Medical Center, Attn: Brendon L. Saunders (90CSC), brendon.saunders@va.gov, 1481 W. Tenth St., Indianapolis, IN 46202, Phone 317-988-1894 or Fax 317-988-1809. All final offers shall be submitted by 12PM (noon), August 12, 2011. Award will be made in accordance with FAR part 13 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested as a request for quotation (RFQ) and a written solicitation will not be issued. This requirement is being offered for full and open competition. The associated North American Industry Classification System Code (NAICS) is 238350; and the size standard is 500 employees. This combined synopsis/solicitation is NOT to be construed as a commitment by the Government. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items;. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference ; 52.225-4 Buy American Act. As the award will be made using SAP, the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is Lowest Priced, Technically Acceptable (LPTA). Technical Acceptability and Price are the evaluation factors. The Government reserves the right to award to other than the lowest price quote if the lowest price quote is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible quoter submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, the contractor must be registered in the Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes must be received no later than 12 AUG 2011, 12:00 PM, EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111RI0317/listing.html)
- Document(s)
- Attachment
- File Name: VA-251-11-RI-0317 VA-251-11-RI-0317-GI FLOORING PROJ.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=222811&FileName=VA-251-11-RI-0317-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=222811&FileName=VA-251-11-RI-0317-000.doc
- File Name: VA-251-11-RI-0317 P01 - GI PROJ. DWG A-601 REVISED.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=222812&FileName=VA-251-11-RI-0317-001.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=222812&FileName=VA-251-11-RI-0317-001.PDF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-251-11-RI-0317 VA-251-11-RI-0317-GI FLOORING PROJ.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=222811&FileName=VA-251-11-RI-0317-000.doc)
- Place of Performance
- Address: 1481 W. Tenth Street;Indianapolis, IN
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN02509341-W 20110727/110725234805-81f7f4e8644dee7946f38a948e504e5d (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 |