Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
DOCUMENT

71 -- Building 71 Remodel: Steel Modular Laboratory Casework - Attachment

Notice Date
9/22/2011
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 20 Acquisition;5115 NE 82nd AVE Suite 203;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1894
 
Response Due
9/23/2011
 
Archive Date
9/24/2011
 
Point of Contact
Lisa Spiral Ducret
 
E-Mail Address
Contract Specialist
(lisa.ducret@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-260-11-RQ-1894 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: September 22, 2011 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Under Statutory Authority 41 U.S.C. 253(c)(1) the American Lake VA Medical Center (ALVAMC) anticipates entering into a procurement for Steel Modular Casework. (ii) The reference/solicitation number is VA-260-11-RQ-1894 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). (iv) North American Industry Classification System (NAICS) code is 337215 (size standards is 500) applies to this solicitation. (v) This requirement consists of the following: 1) three sections of shelving with each section being, 18" deep x 29 13/16" wide x 84" high, eight shelves plus a sloped top and bin fronts at the lip of each shelf. 2) two upper cabinets with sloped tops, 12" d x 32 13/16" w x 36" h, two adjustable shelves, framed doors with clear acrylic inserts, two base cabinets, 24" d x 32 13/16" w x 36" h, one adjustable shelf, framed doors with clear acrylic inserts and a stainless steel counter-top with 4" h side & back splash. 3) two upper cabinets with sloped tops, 12" d x 32 13/16" w x 36" h, two adjustable shelves, framed doors with clear acrylic inserts. 4) two base cabinets, 24" d x 32 13/16" w x 36" h, one adjustable shelf, framed doors with clear acrylic inserts and a stainless steel counter-top with 4" h side & back splash. 5) four individual upper cabinets with sloped tops to be located at time of installation, 12" d x 32 13/16" w x 36" h, two adjustable shelves, framed doors with clear acrylic inserts. 5) Work table one Stainless steel top table, 30" d x 60" w x 36" h 6) three upper cabinets with sloped tops, 12" d x 32 13/16" w x 36" h, two adjustable shelves, framed doors with clear acrylic inserts. 7) three base cabinets, 24" d x 32 13/16" w x 36" h, one adjustable shelf, framed doors with clear acrylic inserts and a stainless steel counter-top with 4" h side & back splash. 8) one work bench with 84" high hutch, eight electrical quadplexes, counter is 36" h, O/A depth is 61 5/8" x 144 13/16" wide, two drawer units under the counter on each side, solid top, four 9" d adjustable shelves on each side. Each drawer unit is 28" d x 30"w x 33" h, five equal drawers with each drawer divided into twenty compartments. 9) three sections of shelving with each section being, 18" deep x 29 13/16" wide x 84" high, eight shelves plus a sloped top and bin fronts at the lip of each shelf. 10) four sections of shelving with each section being, 18" deep x 29 13/16" wide x 84" high, eight shelves plus a sloped top and bin fronts at the lip of each shelf. 11) One 45-Gallon Storage Cabinet w/two shelves, bi fold self-closing door 43" w x 18" d x 65" h - yellow only. 12) One Sink base cabinet, 24" d x 35 13/16" w x 36" h, One base cabinet 24" d x 29 13/16" w x 36" h one adjustable shelf, framed doors with clear acrylic inserts and a counter-top with 4" h side & back splash. 13) Five base cabinets, 24" d x (1) 29 13/16" & four 32 13/16" w x 36" h one adjustable shelf, framed doors with clear acrylic inserts and a counter-top with 4" h side & back splash. 14) two sections of shelving with each section being, 18" deep x 29 13/16" wide x 84" high, eight shelves plus a sloped top and bin fronts at the lip of each shelf. 15) Work bench - 24" d x 72" w x 36" high counter-top with two drawer units below; Each drawer unit is 24" d x 36"w x 33" h, five equal drawers with each drawer divided into twenty compartments. Two Work benches - 30" d x 72" w x 36" high counter-top with two drawer units below; Each drawer unit is 28" d x 36"w x 33" h, five equal drawers with each drawer divided into twenty compartments. 16) Upper cabinets with sloped tops, 12" d x (1) 21" & (2) 38 7/8" w x 36" h, 2 adjustable shelves, thermofoil doors. One free standing counter with a locking BBF below, 24" d x 99" w x 30" h, counter will be supported by curved angled supports. Three task lights will be mounted below upper cabinets and a light valance will be provided. 17) One Free standing counter, 24" d x 114" w x 30" h, counter will be supported by curved angled supports. 18) One upper cabinet with sloped tops, 12" d x 35 13/16" w x 36" h, two adjustable shelves, thermofoil doors. One free standing counter with a locking BBF below, 24" d x 99" w x 30" h, counter will be supported by curved angled supports. 19) Two upper cabinets with sloped tops, 12" d x 32 13/16" w x 36" h, two adjustable shelves, thermofoil finish, two task lights mounted below upper cabinets with light valance. one base cabinet, 24" d x 29 13/16" w x 30" h, two doors with drawer above, framed one base cabinet, 24" d x 18"" w x 30" h, BBF one open knee area counter top with side panel and counter-tops 20) Two upper cabinets with sloped tops, 12" d x (1) 35 13/16" & (1) 38 13/16" w x 36" h, two adjustable shelves, thermofoil finish. Two base cabinets, 24" d x 18" w x 36" h, three drawers two base cabinet, 24" d x 18" w x 36" h, 1 drawer with door below counter-tops with 4" h back & side splash. 21) Two sections of wall mounted shelving, each section will have four adjustable 18" deep shelves. 22) Installation. (vii) Delivery and acceptance of deliverables will be FOB destination within 45 days of receipt of order to American Lake VA Medical Center 9600 Veterans Drive Tacoma, WA 98493. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factor for award is technical capability and price - must meet salient characteristics. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161), 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Friday September 23, 2011, by 5:00 p.m. Eastern time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to Lisa.Ducret@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to Lisa.Ducret@va.gov. Contracting Office Address: Department of Veterans Affairs, VA NW Health Network-VISN 20, 5115 NE 82nd Ave., Suite 203, Vancouver WA 98662 Point of Contact(s): Lisa Spiral Ducret, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/baba48db992fedc0c1d24dd8a1fb04b1)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1894 VA-260-11-RQ-1894.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261381&FileName=VA-260-11-RQ-1894-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261381&FileName=VA-260-11-RQ-1894-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02588107-W 20110924/110922235245-baba48db992fedc0c1d24dd8a1fb04b1 (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.