Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
DOCUMENT

99 -- Cubicle Curtains - Attachment

Notice Date
9/4/2012
 
Notice Type
Attachment
 
NAICS
314121 — Curtain and Drapery Mills
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912Q0680
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Heather.vogt@va.gov
 
E-Mail Address
Contracting Officer
(heather.vogt@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number, VA259-12-Q-0680, is issued as a request for quotation (RFQ), and is being issued as (100%)-Total Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this acquisition is 314121, Size Standard: 500 Employees. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are being requested by, and are for preferred delivery within 30 days of award to, the VA Eastern Colorado Health Care System (ECHCS), 1055 Clermont Street, Denver, CO 80220, (303) 399-8020. CLIN 1 SILENCING CUBICLE CURTAINS, BRAND NAME OR EQUAL TO, HUSH CURTAINS LEVEL 2 60WX85L MOMENTUM SERENDIPITY BREEZE QTY 584 EA Unit Price: $____________ Total Price: $_____________; Discount (if applicable): $_____________ CLIN 2 SILENCING CUBICLE CURTAINS, BRAND NAME OR EQUAL TO, HUSH CURTAINS LEVEL 2 36WX85L MOMENTUM SERENDIPITY BREEZE QTY 45 EA Unit Price: $____________ Total Price: $_____________; Discount (if applicable): $_____________ 3 SILENCING CUBICLE CURTAINS, BRAND NAME OR EQUAL TO, HUSH CURTAINS LEVEL 3 60WX91L MOMENTUM HABITAT POOL QTY 245 EA Unit Price: $____________ Total Price: $_____________; Discount (if applicable): $_____________ Total Cost for all Items: $______________. The following most also adhere to the following salient features for this item: PANEL MATERIAL: "?Inherently flame retardant content / Passes NFPA 701. "?Material content varies with manufacturer selected and pattern. "Color and pattern as selected by owner from the manufacturer's standard selection. "Open cloth mesh: Open weave, flame retardant nylon mesh. Passes NFPA 701. Color: White "Fabric treatments such as anti-microbial and stain repellant available/dependent upon fabric selected. "Washable per Fabric Manufacturer's recommendations and instructions. FABRICATION: "Finished hem and seams with no raw edges. Mesh finished and wrapped with twill tape. "Clearance off the floor 6". "Number 10 coil zippers (white) sewn to the vertical edges. "Include at top minimum 18 inches of open cloth mesh for light and ventilation. "No. 0 hook grommets located at approximately 6 inches on center at top of curtain. "Acoustical inserts to be ½ inch in thickness and 5 inches in width, Class A fire rated with FR poly wrap. "Panel to have articulating seams. ACOUSTIC PERFORMANCE: "NRC 0.95 "STC 11 PANEL SPECIFICATION: "Panel width: 60 inches & 36 inches "Panel length: Custom "Acoustical inserts per panel: 10 each for 60 inch width / 6 each for 36 inch width "Weight of panel with acoustical inserts not to exceed 2.177 lb PLF "Product ships from manufacturer ready to hang "Panels install on existing/standard cubicle curtain track "Cleaning: Per Fabric manufacturer's instructions. Inserts to be removed prior to cleaning. "Passes Assembly Test to meet NFPA 701 "HIPAA Compliant Certification Delivery, which shall occur within 30 calendar days (preferred) of contract award, shall be FOB DESTINATION to ECHCS address as listed above. A one year warranty must be provided for the items purchased along with two copies of any manufacturing and operational manuals. The Contractor is responsible for all freight charges. No installation is requested. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. Purchase Order will be issued at time of award. The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from https://www.acquisition.gov/FAR/ or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause 852.273-75 is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.203-6, Restrictions on Subcontractor Sales to the Government; (4) 52.219-8, Utilization of Small Business Concerns; (5) 52.219-28, Post Award Small Business Program Representation; (6) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (7) 52.222-21, Prohibition of Segregated Facilities; (8) 52.222-26, Equal Opportunity; (9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-36, Affirmative Action for Workers with Disabilities; (11) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (12) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; (13) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); and (14) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to www.uscontractorregistration.com/. Quotations are due on or before September 11, 2012, by 4:00 PM Eastern Standard Time to be considered responsive. The assigned Contracting Officer is Heather Vogt. Offers can be mailed, faxed or emailed to: Heather M. Vogt Contracting Officer, Department of Veterans Affairs SAO West, NCO 19 RMAC 4100 East Mississippi Ave, Suite 900 Glendale, CO 80246 Desk: 303-639-7008 Fax: 303-691-6558 heather.vogt@va.gov Quotes should be marked with the request for quote number VA259-12-Q-0680. Oral quotes will not be accepted. A. CONTRACTOR: __________________________________________ __________________________________________ __________________________________________ PHONE #: __________________________________________ DUNS NO. ___________________TIN NO. ____________________ E-MAIL: __________________________________________ SIGNATURE: __________________________________________ GOVERNMENT INVOICE ADDRESS: All invoices from the Contractor shall be mailed to the following address: VA FSC PO BOX 149971 AUSTIN TX 78714 Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm Contracting Office Address: SAO West, NCO 19 RMAC 4100 East Mississippi Ave, Suite 900 Glendale, CO 80246 Point of Contact(s): Heather.vogt@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912Q0680/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-Q-0680 VA259-12-Q-0680.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=466163&FileName=VA259-12-Q-0680-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=466163&FileName=VA259-12-Q-0680-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: ECHCS;1055 Clermont Street;Denver CO
Zip Code: 80220
 
Record
SN02866168-W 20120906/120904235902-302b0c95815866f0ba875389722f3b0b (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.