Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
DOCUMENT

71 -- Nurse Workstations Cluster - Attachment

Notice Date
12/20/2013
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24814Q0309
 
Response Due
1/14/2014
 
Archive Date
1/29/2014
 
Point of Contact
Pedro Catinchi
 
E-Mail Address
Employee e-mail
(pedro.catinchi@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for commodities (Nurse Workstation Cluster - See Section VI Description - Wright Line Furniture) for the Veterans Multi-Specialty Outpatient Clinic (MSC OPC) Daytona Beach, FL 32114. It is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The combined synopsis solicitation number is VA248-14-Q-0309. It's issued as a Request for quotation (RFQ). (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-71 (NOV 25, 2013). (iv) The combined synopsis solicitation is set-aside for Service Disabled Veteran Owned Business. NAICS is 337214. Small business size standard is 500 employees. (v) This combined synopsis solicitation is for the purchase of Nurse Workstation Cluster furniture. Item number, quantities, and specifications are as follows: "WT4830SP: 9 each; 48 X 30 Linx Top Steel: Creme White - Laminate: Neutral Glace. "WLSU2930: 9 each; 29H X 30D Left STD Upright Steel: Creme White. "WRSU2930: 9 each; 29H X 30D Right STD Upright Steel: Creme White. "W364805: 8 each; 48" Organizer 36H W/ Fab Steel: Creme White - Fabric: Lido Balboa. "W150: 8 each; Right Slanted Sorter File Steel: Creme White. "WD48: 8 each; 48" Overhead Laminate Shelf Steel: Creme White - Laminate: Special Neutral Glace Tops. "W160: 8 each; 24" Task Light For 30" + Shelving Steel: Creme White. "KBCOBRA23: 9 each; Enhanced Kbcobra. "C845: 9 each; Box/Box/File Mobile Pedestal Steel: Creme White. "WLP721SP: 9 each; 72 X 24 Linked Peninsula Top Steel: Creme White - Laminate: Neutral Glace. "WLP602SP: 2 each; 60 X 24 Linked Peninsula Top Steel: Creme White - Laminate: Neutral Glace. "WPTU2919: 11 each; 29H X 19D Peninsula Upright Steel: Creme White. "WFP481SP: 1 each; 48 X 24 Peninsula Top Steel: Creme White - Laminate: Neutral Glace. "WLSU2924: 1 each; 29H X 24D Left STD Upright Steel: Creme White. "WRSU2924: 1 each; 29H X 24D Right STD Upright Steel: Creme White. "8M77: 2 each, 84" Partial Tam W/ Drws Univ. F.S. Opti: Creme White - Opti: Creme White. "U045FF: 2 each; Dividers, Univ Shelves (Set of 3) "999984: 1 each; Transportation Charge Inside delivery: strip & remove debris. "999922G: 1 each; Installation. (vi) The Nurse Workstation Cluster "Description of Requirements": Workstations material to exactly match and be interchangeable with existing provider workstations in the facility. Vendor is to provide material and install at site, coordination with site Project Manager is required (name and contact information will be provided once contract is awarded). Vendor is to remove all packing material, and ensure that all workstations are in good working order. (vii) Nurse Workstation Cluster is to be delivered on or before February 15, 2014 at the expenses of the offeror to VA MSC, West Pavilion Daytona Beach, FL 32114. (viii) Provision 52.212-1, Instructions to Offerors - Commercial (JUL 2013), applies to this acquisition. Provisions included incorporated by reference are: "ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012) (ix) Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The best value method will be used. The following are the evaluation factors to be used: Price, Technical and Past Performance. "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance. Technical and past performance requirements, when combined, are approximately equal to cost and price" (x) It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification - Commercial Items (AUG 2013) with its Offer. (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ Clauses and provisions included are: "ADDENDUM to FAR 52.212-4 Contract and Conditions - Commercial Items; "52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.232-1 PAYMENTS (APR 1984); 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002); 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996); 52.243-1 CHANGES--FIXED-PRICE (AUG 1987); "52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEP 2013); "VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008); 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); 852.211-73 BRAND NAME OR EQUAL (JAN 2008); 852.246-70 GUARANTEE (JAN 2008); 852.246-71 INSPECTION (JAN 2008); 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012). "52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009); "52.225-18 PLACE OF MANUFACTURE (SEPT 2006); "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); "VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009); "VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008); "VAAR 852.236-90 RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS (NOV 1986); (xii) 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: "52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); "Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)); "52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); "52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78); "52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, 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 (NOV 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)); "52.222-3, Convict Labor (June 2003) (E.O. 11755); "52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); "52.222-21, Prohibition of Segregated Facilities (Feb 1999); "52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); "52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); "52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); "52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d); "52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); "52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) NA. (xiv) NA. (xv) The RFQ is due on January 14, 2014, at NOON by e-mail to pedro.catinchi@va.gov; Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvi) For further information contact Pedro J. Catinchi via phone (407) 646-4903, facsimile (407) 646-4985, or e-mail: pedro.catinchi@va.gov Contracting Office Address: Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando FL 32803. Point of Contact(s): Pedro Catinchi, 407-646-4903
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24814Q0309/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-Q-0309 VA248-14-Q-0309.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1136283&FileName=VA248-14-Q-0309-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1136283&FileName=VA248-14-Q-0309-000.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: William V. Chappell Jr.;VA Daytona Beach;West Pavillion
Zip Code: 32114
 
Record
SN03256883-W 20131222/131221000229-f5d4b5c908fccba658b98c7cf6105a48 (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.