Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
DOCUMENT

54 -- OSDBU Partition (purchase and installation) - Attachment

Notice Date
12/13/2013
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10114Q0044
 
Archive Date
1/12/2014
 
Point of Contact
Christian Fowler
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulation (FAR) 12.603, Streamlined Solicitation for Commercial Items and FAR Subpart, 13.106, Simplified Acquisition Procedure. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Department of Veteran Affairs (VA) RFQ solicitation number is: VA101-14-Q-0044 and is solicited for Service Disabled Veteran Owned Small Business (SDVOSB) set-aside in accordance with VA Acquisition Regulation (VAAR) 819.7004Contracting Order of Priority and VAAR 819.7005 Service-disabled veteran-owned small business set-aside procedures. SDVOSBs must be registered and verified in Vendor Information Pages (VIP), Veterans Online Business Registry (VETBIZ). This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-71; Effective 25 November 2013. The associated North American Industrial Classification System (NAICS) code is 337215: Showcase, Partition, Shelving, and Locker Manufacturing and Product Service Code 5450: Miscellaneous Prefabricated Structures and the small business size standard is 500. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at either: http://farsite.hill.af.mil/ or http://www.acquisition.gov/far/, and http://www.va.gov/oal/library/vaar/ or http://farsite.hill.af.mil/vfvara.htm. The VA intends to award one Firm Fixed Price purchase order on the basis of lowest price, technically acceptable (LPTA) in accordance with the specifications of the item requested and delivery date. The Department of Veterans Affairs (VA), Office of Small and Disadvantaged Business Utilization (OSDBU) requires the assembly and installation of modular wall panels for a foyer at PL100. The purpose of this solicitation is to receive quotes to purchase and install an internal foyer using modular wall panels. The foyer is required to ensure the health, comfort, and safety of VA employees by preventing cold weather, air, snow and rain from entering the office space of the employees who will be working in PL100. Background: OSDBU requires acquisition and assembly of modular panels for a foyer to fulfill the planned requirement for OSDBU in PL100 MD at 801 I Street, NW Washington DC 20410. Period of Performance: December 20-27, 2013. Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00 AM and 4:30 PM, ET Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings and shutdowns. Place of Performance: The work will be performed at PL100 801 I Street NW, Washington, DC Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspect of the anticipated PO. The COR is authorized to perform the following functions: assures that the contractor performs the technical requirements of the PO; performs inspections necessary in connection with order performance; maintains written and oral communications with the contractor concerning technical aspects of PO; issues written interpretations of technical requirements including Government drawings, designs, floor plans, and specifications; monitors contractor's performance and notifies both the CO and contractor of any deficiencies; coordinates availability of Government Furnished Property (GFP); and provides site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the anticipated PO. Warranty (Standard Commercial Warranty): The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause, nor does it limit the Government's rights with regard to other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of 12 months. Final Walkthrough: Upon completion of installing partition/modular walls, the contractor and the COR will complete a final walkthrough and inspection of the final installation. The inspection includes, but does not limit to inspecting the condition of the partitions for unity and structural soundness, dimensions, and ADA compliances. Contractor Responsibilities: The contractor shall possess the necessary qualifications, skills, and licensure to perform the work requested. The contractor shall, maintain at its own expense, during the entire period of performance of this contract, the minimum kinds and amounts of insurance required by the Federal Acquisition Regulation, State, and Federal Laws. This includes complete coverage for the vehicles, any passengers, all contents, and any damage that may occur to persons or property. This coverage shall be of sufficient amounts to insure the contractor against all claims for injury or damage, if an incident occurs. Such insurance shall be in effect prior to commencing work under this contract. The contractor shall provide a copy of the current Certificate of Insurance to the Contracting Officer, showing at least the insurance required for this requirement. The contractor shall be responsible for ensuring contractor personnel adhere to all Federal and State laws and regulations during contract performance, and the contractor be liable for any fines, penalties, traffic violations, parking tickets, or other costs resulting from the contractor's personnel conduct. The contractor shall ensure that all OSDBU property and equipment is protected from damage throughout the performance period. The contractor shall clean the area by wiping down and cleaning and dusting furniture surfaces inside and out with non-toxic, non-residue cleaner. The contractor shall also remove and properly dispose of any extraneous materials, trash, etc. The contractor shall ensure all work areas are in operational standing before being turned over to the Government. Requirements: Modular partition shall be built to the following specifications. All listed brands, or equal, will suffice. To be built as a 3-walled foyer entry in the office space of PL100 Dimensions of Left and Right side of doorway: 81" Height x 72" Width Dimensions to connect left side to right side of the doorway: 80" Height, 42" Width Dimensions of a door with Lever Handle with lock: 80" Height, 36" Width Dimensions of Left and Right side of doorway: 81" Height x 72" Width Panel 1 - Model Name: Teknion Xpress KP_T Standard Panel Panel Frame Style: Conventional/Universal Element Finish: Grade 1 Panel Fabric "Macau" Panel Dimensions: 51" Height x 36" Width Panel 2 - Model Name: Teknion KPOGS Panel Add-On-Single Glass Element Finish: Clear Glass Panel Dimension: 30" Height x 78" Width (will go on top of both panels on left and right side) Dimensions to connect left side to right side of the doorway: 80" Height, 42" Width Panel 1 - Model Name: Teknion Xpress KP_T Standard Panel - Fabric Panel Frame Style: Conventional/Universal Element Finish: Grade 1 Panel Fabric "Macau" Panel Dimensions: 51" Height x 42" Width Panel 2 - Model Name: Teknion KPOGS Panel Add-On-Single Glass Element Finish: Clear Glass Panel Dimension: 30" Height x 42" Width Dimensions of a door with Lever Handle with lock: 80" Height, 36" Width Door Swing - Left Door Finish - Foundation Laminate Door Dimension: 81" Height x 36" Width Delivery is F.O.B. Destination to OSDBU in PL100 MD; 801 I Street, NW Washington DC 20410. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all requirements and quality control. Site Visit: December 17, 2013; 9:00AM at PL100 MD; 801 I Street, NW Washington DC 20410. Contractors planning to attend the site visit must contact Mr. Christian Fowler via email at christian.fowler@va.gov for coordination and confirmation. All quotes shall include a firm fixed price, confirmation of the period of performance, a point of contact: name, phone number & email, Cage Code, Duns number, business size, and payment terms (Net 30). Quotes over 10 pages in total will not be accepted and must be submitted electronically to the solicitation POC, Mr. Christian Fowler by the solicitation end date and time. Each contractor's response must clearly indicate its capability to meet all specifications and requirements. Responses to this combined synopsis/solicitation are due by 4:00 PM, EST on Wednesday, December 18, 2013. Quotes shall be emailed to christian.fowler@va.gov, Attn: Mr. Christian Fowler. Reference RFQ: VA101-14-Q-0044 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency in accordance with this solicitation. Offeror(s) must be registered in the System for Award Management (SAM) database to be considered for award. Registration can be completed on-line at https://www.sam.gov/portal/public/SAM/. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (Jul 2013); 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012); 52-212-2 Evaluation - Commercial Items (Jan 1999) is added to read: Lowest price Technically Acceptable; 52.212-3 Offeror Representations and Certifications -Commercial Items (Nov 2013). The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ ; 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2013) applies to this acquisition. Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2013), the following clauses apply and are incorporated by reference: (a)(2); (b)(23,26,27,29,31,39,42,&48), (c)(1); 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) The following Veteran Affairs FAR Supplement (VAARS) provisions and clauses apply to this solicitation and are incorporated by reference: VAAR 852.232-70 Electronic Submission of Payment Request (NOV 2012); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008); and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). Questions: Questions will be collected at the site visit and answered by way of amendment to the combined synopsis/solicitation. POC: The points of contact for this solicitation is: Christian Fowler, Team Lead email: Christian.Fowler@va.gov. NOTE: Communication with other VA officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10114Q0044/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-14-Q-0044 VA101-14-Q-0044.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1127175&FileName=VA101-14-Q-0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1127175&FileName=VA101-14-Q-0044-000.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: 425 I Street;Suite 3E-425;Washington, DC
Zip Code: 20001
 
Record
SN03251787-W 20131215/131213234646-1813c91f88e9cc74e0cc393678eb3821 (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.