Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
DOCUMENT

99 -- STORAGE AND INSTALLATION FOR HOLIDAY DECORATIONS - Attachment

Notice Date
9/9/2014
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24414Q1651
 
Response Due
9/19/2014
 
Archive Date
10/4/2014
 
Point of Contact
donna.cooper2@va.gov
 
E-Mail Address
Donna.Cooper2@va.gov
(Donna.Cooper2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis CONTRACT CLAUSES SECTION C - CONTRACT CLAUSES C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014) C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2014) C.3 52.217-8 OPTION TO EXTEND SERVICES C.4 52.222-41 SERVICE CONTRACT ACT OF 1965 C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) C.6 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) C.7 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV2012) C.8 VAAR 852.246-70 GUARANTEE (JAN 2008) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) D.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) SECTION E - SOLICITATION PROVISIONS E.1 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) E.2 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) E.3 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAY 2014) E.5 52.216-1 TYPE OF CONTRACT (APR 1984) E.6 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) E.7 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) E.8 VAAR 852.273-70 LATE OFFERS (JAN 2003) E.9 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) NAICS 561730; 7.5m DESCRIPTION OF ITEM SCOPE OF WORK: STATEMENT OF WORK The government is in the process of preparing for the holiday season. With that comes completing decorations at all sites in VAPHS. This scope of work will be performed at the following buildings: University Drive: Building 29 Atrium/Lobby, Fisher House Indoor; Heinz: Bldg 71 Outdoor/Indoor, Bldg 51 Outdoor/Indoor, MY HOME and 1 North, Mason Pavilion Outdoor, Bldg 50 Outdoor Entrance, DOMS Indoor/Outdoor, Bldg 50 Outdoor or TBD, Campus Exterior area, Bldg 32 Outdoor, Outdoor Banners. This is a service and miscellaneous items requirement. It is essential that items in this space be designed, delivered, staged/moved, and installed concurrently with the facility requirements. The vendor must work with the VA and contractor in order to coordinate the timely delivery and installation of all items related to holiday décor no later than the expected date of installation, which is estimated at November 10th, subject to change. A project manager or project designer and installation foreman must be onsite during installation. Period of Performance: The anticipated begin date of this requirement is November 11, 2014 through November 22, 2014, Teardown to occur no later than January 20th, 2015. Place of Performance: The selected vendor for this requirement will perform the design and fabrication of the work at its own facility. At University Drive campus and all patient areas at Heinz Campus, the vendor will be required to install the décor after hours, preferably beginning at 2pm. The vendor will tear down the décor after the holidays (mid-January) and will store in a non-VA facility until the following holiday season. Department of Veteran Affairs University Drive C Pittsburgh, PA 15240 Vendor must design and fabricate items for installation on 11/11/14. Installation should take no more than 14 calendar days. Upon notification from VAPHS, the vendor is to return to site and tear down the items, and store for 1 year. This project has already been designed. VA Pittsburgh Healthcare System reserves the right to conduct inventories during normal business hours, Monday through Friday, 8:00am to 4:30pm Eastern Standard Time, excluding Federal Holidays. SECTION B: Service to install the following product from inventory includes: Fisher House Indoor Existing Inventory 1.00 1 Tree, 9', 72" Dia.1100 Lts. w/Tree Decor 10' w/Extension Cord 9' Gold lame tree skirt Gift boxes to be placed under tree: 2 Gift Boxes Glitter 8" Star Gold 2 Gift Boxes 12" Sq. Copper Glitter 3 Gift Boxes 8" Sq. Sage Glitter 6 DECORATED GARLANDS ON THE BANISTERS,10" X 9' BERRY SPRAYS & PINECONES 4 BOWS WITH GOLD RIBBONS FOR BANISTERS 2 30" WREATHS W/DECOR ON MIRRORS HOLIDAY ARRANGEMENTS ON END TABLES 2 Topiaries, English Ivy 2' Ht., 6" Gp, Artificial 2 9' X 10" DECORATED GARLANDS ABOVE KITCHEN CABINETS 2 TOPIARIES FLANKING TV (Arrangement, Holiday Crabapple 36" Lit) 2 extension cords 4 DECORATED GARLANDS ON BOOK SHELVES TO IN LIVING ROOM AREA MATCH TREE DECOR 4 9' X 10" DECORATED GARLANDS TO BE WRAPPED AROUND INDOOR COLUMNS Fisher House Outdoor: Product # Description Quantity Unit Price Total *91 Existing Inventory 1.00 20 pieces of Garland, 14" X 9' 12 Red Velvet Bows 4 Decorated Red & Gold Decor Wreaths 36" 36 Light sets, LED Wide Angle Light Warm white G/Wire 50 Lights 4"x6"x4" 2 50' Extension cords LIGHT THE TREE AT EACH END W/LED LIGHTS AND BUSHES IN BETWEEN GARLAND ON RAILINGS AND COLUMNS WITH BOWS WREATHS ON WINDOWS NOTE: CLIENT TO PROVIDE FASTENER FOR SECOND STORY WREATHS. Building 29 Indoor: Existing Inventory 1.00 61 Patriotic Theme 36" SWAGS ON WALLS 1ST FLOOR VARIOUS AREAS 11 SWAGS: ONE OF EACH TO GO ON LEFT WALL ELEVATOR AREA ON EACH FLOOR 1 THRU 11 8 Patriotic Theme 48" Wreaths Note: Wreaths and Swags will be picked up by VA from Plantscape storage. VA will install and remove those items and return to storage. Number of items picked up to be determined Building 29 Indoor Train Display: Fencing w/posts silver rubber bottoms 34" high: 4' 4' pieces, 2 end posts, 2 in line posts, 1 corner post 3 Snow Blankets 1"X 27"X 20 Yd 5 oz. Snow Flakes Iridescent Per Pound 3 Light sets, LED Wide Angle Light Warm White G/Wire 50 Lights 4"x6"x4" 1 9.5' Trees 69" diameter with LEDs w/white lights w/Patriotic 9' Tree Decor 5 Yards Silver Lame for Tree skirt 1 extension Cords 9' Building 71 Outdoor: 1 20' tree w/warm LEDS w/Outdoor Patriotic Decor for 20' Tree 1 Custom Storage Rack for 20' tree 12 Led 5" Sphere lights blue 12 Led 5" Sphere lights red 12 Led 5" Sphere lights warm white 1 10' building front wreath w/red bow 14 Light sets, LED Wide Angle Light Warm White G/Wire 50 Lights 4"x6"x4" 2 Extension Cords 50', 16/3 Gauge, Exterior Use 2 Extension Cords 25', 16/3 Gauge, Exterior Use 3 Extension Cords 8', 16/3 Gauge, Exterior Use 2 OUTDOOR LIVE TREES LIGHT EACH W 4 SETS LED LIGHTS 3 BUSHES LIGHT EACH W 2 SETS LED LIGHTS Building 71Indoor: 1 18' Tree Double lit w/white Led C7 & 3' 3d topper snow burst W/Patriotic Theme Decor for 18' Tree 1 Custom Storage Rack for 18' tree 2 Extension Cords 9' Household 22 Garlands, Colorado Spruce 14" X 9' Decorated w/Patriotic Theme decor 6 Swags Column, 36" Fluffy w/Patriotic Theme Decor for Swags 36" DECORATED SWAG TO GO ON COLUMNS DECORATED GARLAND TO GO ON STAIRCASE BANISTERS TREE TO GO IN INFO DESK AREA Building 71Outdoor Back Entrance: 4 Pieces Garland Fluffy 9' un decorated 22 Light sets, LED Wide Angle Light Warm White G/Wire 50 Lights 4"x6"x4" 3 Extension Cords 25', Exterior Use 4 Extension Cords 50', Exterior Use 2 Splitters WRAP THE 2 POLES AT ENTRANCE EACH WITH 2 PIECES OF GARLAND LIGHT 6 TREES WITH 3 SETS OF LIGHTS EACH 1 TREE IN CIRCLE 4 SETS 0F LIGHTS Building 51Outdoor: 12 Garlands Fluffy 9' undecorated 5 Red Velvet W/Gold Edge bows 4 yards each GARLAND TO BE SWAGGED ON BRICK ENTRANCE PORTICO 5 BOWS ATTACH Building 51Indoor: 1 7.5' Slim tree 45" diameter w/led warm white lites w/Decor for 7' tree Patriotic 3 Yards Lame, Gold tree skirt 1 Extension Cord 9' 4 36" Wreaths w/Patriotic decor 1 Holiday table Arrangement 7.5' DECORATED TREE WITH LEDS TO GO ON THE SEAL STAND 36" DECORATED WREATHS ON WALLS HOLIDAY CENTER PIECE FOR COFFEE TABLE My Home & 1 North: 1 7.5' Slim tree 45" diameter w/ LED warm white lights w/Patriotic Decor for Slim tree 1 Extension Cord 9' 3 Yards Lame, Gold for tree skirt 1 24" Wreath, w/ Red Velvet W/Gold Edge Bow 4 10" X 9' Garlands, un- decorated 1 36" Wreath, w/Patriotic decor 2 Green spruce slim Trees w/lights 5' in pots 1 7.5' Slim tree 45" diameter w/ LEDs warm white lights w/ Patriotic Decor for Slim tree 1 Extension Cord 9' 3 Yards Lame, Gold for tree skirt 1 9'x10" Garland w/Patriotic Decor MY HOME: 7.5' SLIM DECORATED TREE TO GO IN SEATING AREA GARLAND TO GO ON OUTSIDE BANISTER MY HOME 24" WREATH W/BOW TO GO MY HOME ON WINDOW 1 NORTH: GREEN RIVER SPRUCE TREE W/LIGHTS 5' IN DECORATED POT TBD 1 NORTH: 1 36" DECORATED WREATH TBD FAMILY ROOM: 1 7.5' SLIM DECORATED TREE IN RECEPTION: 1 9' DECORATED GARLAND ABOVE CABINETS Mason Pavilion Outdoors: 1 20' Tree w/warm white led c7s & 4' 3d lighted Snowburst topper w/Decor Patriotic for 20' Tree 1 Custom Storage Rack for 20' tree 24 Led 5" Sphere lights blue 24 Led 5" Sphere lights red 24 Led 5" Sphere lights warm white 1 14' Tree w/warm white led c7s & 3' 3d lighted Snowburst topper w/Decor Patriotic for 14' Tree' 1 Custom Storage Rack for 14' tree 1 14" X 9' Garland, undecorated w/Red Velvet W/Gold Edge bow 18 Light, LED Wide Angle Light Warm white G/Wire 50 Lights 4"x6"x4" 4 Extension Cord 8', Exterior Use 2 Extension Cord 50', Exterior Use 2 Extension Cord 25', Exterior Use DECORATED TREE TO GO IN FOUNTAIN 14 DECORATED TREE TO GO IN SMALLER FOUNTAIN GARLAND TO BE WRAPPED AROUND THE LIGHT POLE, BOW AT THE TOP 10 GREEN POLES IN PAVILLION WRAP EACH WITH 1 STRAND LIGHTS, POWER ON EACH POLE PERIMETER LIGHTING FOR PAVILLION ROOF Building 50 Outdoor Entrance: 7 Garlands Fluffy 9' undecorated 5 Bows Red Velvet W/Gold Edge 42 Light sets, LED Wide Angle Light Warm White G/Wire 50 Lights 4"x6"x4" 6 Extension Cords 25', Exterior Use 2 Extension Cords 50', Exterior Use 2 Splitters ENTRANCE PORTICO GARLAND SWAGGED WITH 5 BOWS 6 TREES 5 SETS LIGHTS EACH 4 BUSHES 3 SETS LIGHTS EACH Doms Outside and Inside: 9 60" Wreaths 9 Bows Red Velvet W/Gold Edge for wreaths 2 36" Dnkn Swags Column, w/Patriotic Decor 4 36" Wreaths, w/Patriotic Decor 9 WREATHS W/BOWS TO BE HUNG ON OUTSIDE AREA OF ROOF PEAKS BLDGS: 65A, 66A, 64, 68B, 66C, 67C, 67A, BACK OF 69, BACKSIDE FACING 50 DOMS GROUP ROOM 2 SWAGS ON WALL BY EXIT DOOR 4 DECORATED WREATHS IN 4 LIVING ROOMS Campus Entrance Area: 17 Light sets, LED Wide Angle Light Warm White G/Wire 50 Lights 4"x6"x4" 3 Extension Cords 50', Exterior Use 1 Extension Cord 8', Exterior Use 5 PINE TREES 3 SETS OF LIGHTS EACH GUARD HOUSE 2 SETS OF LIGHTS Building 32 Outdoors: 20 Garlands 9' Fluffy undecorated 2 36" Dnkn Swags Column, w/Patriotic decor 1 14" X 9', Garland, w/Light set, LED Wide Angle Light Warm White G/Wire 50 4 COLUMNS WILL GET 5 PIECES OF GARLAND EACH & WRAPPED AROUND COLUMNS 2 DECORATED SWAGS UNDER LIGHT SCONCES AT ENTRANCE DOOR 1 LIGHTED PIECE OF GARLAND ON LAMPOST, PLUG IN POST Outdoor Banners around Campus: 13 Custom Holiday Banners 24"x72" w/half moon 13 Pole Banner Brackets Misc. Equipment: Lift, Scissor 19' install multiple days 9500 Lift, Scissor 19' removal multiple days 9204 Lift, Boom articulating 45' install multiple days 9204 Lift, Boom articulating 45' removal multiple days *94 Storage of Christmas items till next year SECTION C: DELIVERY: Delivery [FOB Destination], installation/configuration of all holiday decor must by managed and completed in coordination with VA no later than (NLT) November 10, 2014 to ensure the facility is ready for the holiday season. All contractor and sub-contractor personnel who will be working on VA Property are required to obtain the appropriate VA Identification. Identification requirements are listed below. A.Definitions: a.Common Area - An area of the medical center open to unrestricted public access. b.Construction Area - An area of the medical center in which construction is being performed, and which is designated as a contractor's controlled work area, and which has been turned over for the contractor's exclusive use in completing project work. Areas such as electrical rooms, mechanical spaces, etc. which are accessed for periodic construction work but which are still maintained by VA are considered controlled areas. c.Controlled Area - Any area of the medical center that does not meet the definition of a Common Area. B.Personnel who will work for no more than thirty (30) total calendar days during the life of this project, and who will require access to only common or construction areas during that thirty (30) day period to complete project work are required to obtain a Laminated Contractor Badge from the project COR or VA Police. A laminated badge will be issued for a total length of no longer than one (1) week (7 calendar days) at a time. At the end of a one (1) week period, the badge must be returned to the COR. At that time the COR will reissue the badge for the next period if needed. To receive a badge each contractor and sub-contractor employee must provide the COR with a valid photo ID as well as their personal contact information including a valid telephone number. Contractor personnel who are issued a Laminated Contractor Badge are not permitted to enter a controlled area under any circumstances. Accessing any such area without the proper identification will result in immediate removal of the employee from the site. Any employee removed for this reason will be permanently prohibited from returning to the VAPHS as a contractor on future work. C.Personnel who will work for more than thirty (30) total calendar days during the life of this project, and who will require access to only common and construction areas during that period to complete project work are required to obtain a VA issued Flash Badge from the VA PIV office. Upon formal request the COR will initiate the process for obtaining this ID. As part of this process each person requiring the badge will be required to attend up to 4 separate meetings of up to 1 hour in duration each. The COR will provide the approximate meeting dates and times to the contractor after the NTP is issued. Each person will be required to provide VA PIV office personnel with detailed personal information such as address, phone number, social security number, etc. Personnel must also be able to provide one form of valid ID (state driver's license or US Passport), and personnel must have their photograph taken for the ID. If any person fails to complete the process for obtaining a Flash Badge by failing to complete any required part of the process, or if that person is determined to be ineligible to obtain the required ID that person will be removed from the site and not permitted to perform any work onsite until the proper ID is obtained. Contractor personnel who are issued a Flash Badge are not permitted to enter a controlled area under any circumstances. Accessing any such area without the proper identification will result in immediate removal of the employee from the site. Any employee removed for this reason will be permanently prohibited from returning to the VAPHS as a contractor on future work. D.Personnel who will work for any length of time during the life of this project and who will require access to controlled areas or any areas where Personally Identifiable Information (PII) is stored are required to obtain a VA issued Non-PIV Badge from the VA PIV office. Upon formal request the COR will initiate the process for obtaining this ID. As part of this process each person requiring the badge will be required to attend up to 5 separate meetings of up to 1 hour in duration each. The COR will provide the approximate meeting dates and times to the contractor after the NTP is issued. Each person will be required to provide VA PIV office personnel with detailed personal information such as address, phone number, social security number, etc. Personnel must also be able to provide one form of valid ID (state driver's license or US Passport), personnel must submit their fingerprints and agree to have a background investigation performed. Personnel must also have their photograph taken for the ID. If any person fails to complete the process for obtaining a Non-PIV Badge by failing to complete any required part of the process, or if that person is determined to be ineligible to obtain the required ID that person will be removed from the site and not permitted to perform any work onsite until the proper ID is obtained. The Non-PIV will not permit contractors to access VA information systems or any PII. The Non-PIV will also not permit contractors to access secure locations, which will be defined by the COR at the NTP. E.When a person leaves this project and no longer needs their ID, it must be immediately turned in to the COR. At the conclusion of this project, all IDs must be accounted for and turned in to the COR as a requirement for contract closeout. Final payment will be withheld until all IDs are returned or accounted for. F.Under no circumstances are personnel permitted to take their ID with them to another VA Medical Center. IDs also cannot be taken to subsequent VAPHS projects. The ID issued for this project must be returned at the conclusion of this project. G.All personnel must display their issued badge on the top half of their body (above the waist) at all times. Failure to do so will result in removal from the site until an ID is properly displayed. H.If a Flash Badge or Non-PIV is lost, stolen, or if personnel fail to turn one in, a report must be filed by the contract superintendent with the VA Police who will in turn notify the PIV office. Contact the COR on the process to fill out an official report if necessary. If a contractor has a need for a replacement ID the process listed above shall be restarted for the appropriate ID at no additional cost to the government. I.If any contractor personnel, for any reason, cannot obtain the ID required to accomplish their contract work, they will not be permitted to work on this project and must be replaced at no additional cost to the government with someone who can qualify for the required ID. J.The VA will pay all costs associated with generating and producing the ID. As noted in the sections above the contractor is responsible, as part of their contract, for ensuring personnel and information are made available to the VA at the requested times to allow for timely processing of the ID. Labor hours incurred by the contractor as part of complying with this section are to be provided as part of this contract at no additional cost to the government. This includes any labor hours incurred as a result of lost/replacement IDs. All deliveries are through the loading dock accessed. Days and times will need to be coordinated with shipping and receiving due to a current active project in the area. PERIOD OF PERFORMANCE (POP) IS FROM DATE OF AWARD BASE YEAR______________________ OPTION YEAR ONE______________________ OPTION YEAR TWO______________________ OPTION YEAR THREE______________________ OPTION YEAR FOUR______________________ Grand total $_______________ DELIVERY: Delivery of items covered on this contract shall be no earlier than November 10, 2014. Contractor shall be required to work with the Contracting Officer Representative for further delivery instruction. INSTALLATION AND INSURANCE REQUIREMENTS: (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (a) Workers' compensation and employer's liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. QUOTES: All quotes received as a result of this solicitation shall be valid for a period of 30 days from the closing of this solicitation. CHANGES TO STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. STATEMENT OF AWARD: The Government intends to award to one (1) CONTRACT AS A RESULT of this solicitation, In order to be awarded this delivery order the offorer shall not be listed as derogatory on the following data base. a. http://www.fda.gov/ora/compliance_ref/debar/default.htm b. http://exclusions.oig.hhs.gov/ In order to be awarded this delivery order the offorer shall be compliant with the data base. a. https://www.dnb.com/product/contract/VeteransAffairs/index.htm c. http://www.dol.gov/vets/programs/fcp/main.htm d. http://www.vip.vetbiz.gov/general_user/register/default.asp e. https://www.sam.gov/portal/public/SAM/ EVALUATION CRITEREA: The solicitation is a Request for Quote (RFQ) and will be awarded to the offeror or offers who is considered (Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2. A pass /fail system will be used to assess an offeror's technical capability. An offeror must receive 100% "pass" rating in the technical portion to be considered for award. Based on this determination and display of relevant and satisfactory past experience, the award will be made to the offeror or offers that propose the lowest price. The following factors are listed below that shall be used to evaluate offers: By the closing date of this solicitation all offers shall be no longer that ten (10) pages, include a table of contents, and emailed to donna.cooper2@va.gov. The subject of all emails shall contain the solicitation number and offerors business name. Offers will be awarded as lowest price technically acceptable along with the following pass/fail criteria: "Secure Facility, Alarmed facility with staff on site during business hours, and weekends during holiday season. "Workmanship Qualifications, employees must have five years of experience of installing holiday decorations to include training employee of safety, quality, installation, removal and basic electrical training. "Location of Storage Facility, within 25 miles of installation "Price/Cost - This will be a lump sum award, however contractor must provide exact square footage cost "Past Performance As a result of this solicitation all evaluation factors other than cost or price, when combined, are a. (3) Significantly less important than cost or price (10 U.S.C. 2305(a)(3)(A)(iii) and 41 U.S.C. 253a(c)(1)(C)). CONTRACT ADMINISTRATION: The contract will be administered by the contracting officer (CO), and by the contracting officer's representative (COR), as delegated by the CO. The COR will recommend to the CO contract modification, if necessary. The CO will approve and process contract modifications as appropriate. The COR will review contractor's invoices and will then submit them to the CO with a recommendation for approval or denial. INVOICING AND OB10 MANDATE INSTRUCTIONS: All packages, invoices, boxes, pallets, packing list, ect. shall be marked with the appropriate DEPARTMENT OF VETERANS AFFAIRS STATION 646 PUCHASE ORDER NUMBER. The purchase order number for this contract is listed on page one (1) block twenty (20) of the 1449. By not complying or conforming to these instructions may result in packages being refused, returned, delayed payment and acceptance and returned to the contractor. Any packages refused or returned to the contractor shall be re-performed at the contractors own expense. Any late charges for payments, restocking stocking fees, and interest accrued for non-paid invoices shall not be paid by the VA Pittsburgh Healthcare System 646 if the delivery is not compliant with this section. Mandatory Electronic Invoicing VA published the final rule requiring vendors to submit invoices electronically to the Financial Services Center (FSC) in the November 27, 2012 Federal Register. The rule became effective December 27, 2012. The rule includes a new contract clause to be inserted in all solicitations and contracts by the contracting officer. Vendors can comply with the rule by using either of the two methods below: 1.The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Vendors can go to the following website to find out additional information on use of OB10 http://www.ob10.com/us/en/veterans-affairs/ For information on OB10 electronic invoicing set-up, vendors should call 877-752-0900, or email USClientServices@ob10.com. 2.A system that conforms to the X12 electronic data interchange (EDI) format established by the Accredited Standards Center. For FSC e-Invoicing information, please call 877-353-9791 or email vafsccshd@va.gov. The X12 EDI Web site (http://www.x12.org). The FSC's electronic invoicing system provides a variety of flexible solutions for all vendor types, including small businesses, and does not require any vendor transaction fees. More information on the FSC electronic invoicing process can be found at http://www.fsc.va.gov/einvoice.asp. http://www.ob10.com/us/en/veterans-affairs/ OB10 Client Services Phone: 1.877.752.0900, Option #2 E-mail: VA.Registration@OB10.com CPARS REQUIREMENTS: REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) a. As prescribed in Federal Acquisition Regulation (FAR) Part 42.1502 and 42.1503, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $150,000. The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, Contractor Performance Assessment System (CPARS), which is maintained by the Naval Sea Logistics Center in Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the Federal Awardee Performance and Integrity Information System (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility determination information. b. The Contractor will have an opportunity to review their ratings/comments, under the step "Contractor Comments" in CPARS. You will be notified via email by the CPARS system to review the report and provide comments. Each contractor whose contract award is estimated to exceed $100,000 may register with CPARS database at the following web address: www.cpars.gov in order to review the past performance evaluations. Help in registering can be obtained by contacting Customer Support Desk @ DSN: 684-1690 or COMM: 207- 438-1690. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the Contractor's registered representative. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. INFORMATION SERCURITY: Contractor will be required to comply with physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge in accordance with VAPHS Policy. The VA ID badge must be worn at all times. Contractor may not have access to the VA network or any VA sensitive information under this contract. All Contractors must receive Privacy training annually using one of the following methods: Complete "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information" training by using VA's TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. Complete the hard copy version of "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information". Signed training documents must be submitted to the COR. Training must be completed within 30 days of notice to proceed of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414Q1651/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-Q-1651 VA244-14-Q-1651_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1622440&FileName=VA244-14-Q-1651-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1622440&FileName=VA244-14-Q-1651-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03502668-W 20140911/140910000329-6d1749c8f2cd7a79acc0b1862cadb61f (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.