Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

72 -- Cubicle Curtains

Notice Date
9/10/2013
 
Notice Type
Presolicitation
 
Contracting Office
4100 West Third Street, Dayton, OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA250-13-Q-0934
 
Response Due
9/16/2013
 
Archive Date
3/15/2014
 
Point of Contact
Name: Timothy Hunt, Title: Contract Specialist, Phone: 9372677695, Fax: 9372625974
 
E-Mail Address
timothy.hunt@va.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number VA250-13-Q-0934. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 553790. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-16 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dayton, OH 45428 The VHA NCO 10 - 250 - Dayton, OH requires the following items, Brand Name or Equal, to the following: LI 001: Provide materials and labor to manufacturer cubicle curtains with the same system or a compatible system to Simply 66 Snap System. This system consists of two separate pieces to make up one cubical curtain in total. The first piece is the top mesh. Mesh piece shall be white, 18"H x 66"W, with ?" mesh holes per NFPA Codes. Grommets at top of mesh where mesh piece will hang with hooks from cubicle curtain track shall be 6" on center and shall be a standard grommet size to be in compliance with industry standards. Bottom of mesh shall have a snap tape that is sewn onto the mesh. Mesh shall be sewn onto both sides of the snap tape or mesh shall be wrapped around snap tape to ensure mesh is securely fastened to the snap tape. Snaps shall be placed on the bottom of the mesh piece and shall be 4.5" on center with an interior diameter of the snap of 11/32" or the equivalent or equal to the Simply 66 Snap System. Cover of each snap shall be glossy white with rounded front. The cubicle curtains shall be fabricated to be installed/hung on Simply 66 Snap System. Fabric shall be Arc Com Mori #33083 Color: Dawn#4. Curtain shall be 66"W x 66"L. Curtain shall have a double seam at the top where snap tape is attached. Snap tape sewn on cubicle curtains shall match exactly with spacing of snaps on the mesh described above to ensure an even installation and a seamless looking cubicle curtain and mesh as though it was one piece. Cubicle curtain shall have a double seam sewn around all 4 sides of the curtain and shall be 1-3/8" wide. Cubicle curtains and mesh shall be Simply 66 Snap System or equal to match the existing system within the medical center. System must be equal and exact in order to ensure the existing curtains can be hung on the existing mesh system. VA reserves the right to request a full size sample if necessary to ensure capability with existing system within the medical center. Contractor must be able to deliver goods within 6 weeks of receipt of order from Contracting Officer. Kim Hightower, Principal Interior Designer shall be the SME for evaluation of "or equal" systems to determine viability of use and acceptability. Cubicle curtain fabricated in the Simply 66 method, 500, EA; LI 002: 18" section of mesh to match each peice of cubicle curtain as stated in SOW in line item #1., 500, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 10 - 250 - Dayton, OH intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 10 - 250 - Dayton, OH is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. Socioeconomic Factors This solicitation is a non-set-aside requirement, however, the CO may use socioeconomic status as an evaluation factor. The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Seller shall provide specification sheets for all equivalent equipment/ supplies. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. This solicitation is a Small Business set-aside and only qualified Sellers can bid. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received within a reasonable time prior to close of the solicitation may not be considered. This is a Best Value Procurement. This award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to Buyer on the basis of technical capability, past performance, delivery, and price. Technical capacity is more important than past performance. Past performance is more important that delivery. Delivery is more important than price. Sellers certify that they are an Authorized Channel or Reseller as of the date of the submission of its Bid, and that they have the authorization required to support the product sale, product pricing, and product warranties in accordance with applicable manufacturer authorization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original packaging and the OEM warranties remain in full effect. The Sellers confirm to have sourced all products submitted in this Bid from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and the manufacturer?s current applicable policies at the time of purchase. If software is provided or included, Sellers shall, upon request, provide Buyers with a copy of the End User License Agreement. Sellers certify that all manufacturer software is licensed originally to the Buying organization as the original licensee authorized to use the software. Sellers shall be registered in SAM within five business days of FedBid auction closing in order to be considered for award. All equivalent bidders must submit specs sheets or documentation that will allow for comparison between the bidded item and the requirement(s). Additionally, bidders may be required to provide an on-site demonstration of equipment capabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA250-13-Q-0934/listing.html)
 
Place of Performance
Address: Dayton, OH 45428
Zip Code: 45428
 
Record
SN03182372-W 20130912/130910235849-c5a7ea8e0f3d828cf66136cbffbf2cc0 (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.