Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
DOCUMENT

Y -- Install 3 Level III Interior Glazed Exchange Windows Provide all materials and labor - Attachment

Notice Date
3/20/2015
 
Notice Type
Attachment
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915Q0370
 
Response Due
3/27/2015
 
Archive Date
4/26/2015
 
Point of Contact
David Milner
 
E-Mail Address
milner@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
1.This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Subpart 13; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. 2.The solicitation number is VA249-15-Q-0370 and is issued as a Request For Quotation (RFQ) 3.Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) 4.This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 238150, and the size standard is $15.0M. 5.This requirement consists of one line item: a.CLIN 1: Install 3 Level III Interior Glazed Exchange Windows. Provide all materials and labor. b.Contractor will bring the window and all materials required for each window on the scheduled day of installation. Location of the installation is: VA Medical Center, 1101 Veterans Dr., Lexington KY 40502. c.Interior Glazed Exchange/Transaction window minimum requirements- d.Quantity-3 e.Approximate Dimensions- 36"x48" x 4-7/8" f.Ballistic Protection: no less than level III g.Frame-Brushed #4 Stainless steel h.Surround sound voice transmission system i.Shelf- not less than 2 inches thick with recessed deal tray j.Deal Tray- 18 inch, centered, level III protection k.Glazing replacement shall be from secure side of window and not require removing the installed frame l.VA will construct the wall so that the opening fits the window. Vendor to provide exact measurements of window for VA to construct rough opening. m.Verification of Dimensions - The Contractor shall visit the job site to thoroughly familiarize him/her with all the details of the work and working conditions. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. 6.To be technically acceptable the exchange windows quoted shall be Brand Name or Equal to C.R. Laurence S11W18S. Offerors submitting quotations on Equal items, provide the Manufacturer's Name, Brand and Part Number, and technical specifications for each item. 7.Program Manager a.Name: Andy Wesolowski b.Phone: 859 233 4511 EXT 4343 c.Email: Steven.Wesolowski@VA.gov 8.Work will be accomplished at VA Medical Center, 1101 Veterans Dr., Lexington KY, 40502. The installation of each window will be conducted as each wall is ready for window installation so the contractor will have to be on site to install on three separate occasions. The vendor will be given one week's notice the construction is ready for window installation. The Program Manager will schedule the date and time the vendor is expected to install each window. Work at the government site shall not take place on Federal holidays or weekends unless specifically directed by the Contracting Officer in the Contract. All work in areas involved shall be scheduled with the Program Manager. Work shall be scheduled for proper execution to completion of contract. 9.Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the Program Manager and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. 10.CHANGES TO STATEMENT OF WORK. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. 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 Contracting Officer shall be borne by the contractor. 11.CONFIDENTIALITY AND NONDISCLOSURE. It is agreed that: a.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which has 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 Contracting Officer at the conclusion of the task order. b.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the 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 Contracting Officer for response. c.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 Contracting Officer. 12.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS. Contractor will not have access to VA computer system. 13.MATERIAL AND WORKMANSHIP a.All equipment, material, and articles incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Program Manager, is equal to that named in the specifications, unless otherwise specifically provided in this contract. b.The Contractor shall obtain the Contracting Officer's approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to the Contracting Officer the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this contract or by the Contracting Officer, the Contractor shall also obtain the Contracting Officer's approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractor's expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. c.All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. 14.PERMITS AND RESPONSIBILITIES. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. 15.PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS. a.The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work sites, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. b.The Contractor shall protect from damage all existing improvements and utilities (1) at or near the work site, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. 16.CLEANING UP. The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Program Manager 17.52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.209-5DEV; 52.225-25; 52.216-1 Firm Fix Price contract will be awarded, 52.232-2, VAAR 852-215-70, 852.233-70; 852.233-71 18.52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. 19.52.212-3 Offeror Representations and Certifications - Commercial Items- An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision and are to include an ELECTRONIC QUOTE, a copy of the provision may be attained from http://farsite.hill.af.mil/vffara.htm; 20.52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70, 852.211-70; 852.232-72, 852.246-70, 852.252-70; 852.246-71 21.52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.203-6; 52.209-6; 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.219-28, 52.222-3, 52..222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-37, 52.223-18; 52.225-1, 52.225-13; 52.232-34 22.FAR 52.211-6 and VAAR 852.211-73 Brand Name or Equal Apply 23.RESPONSES ARE DUE March 27, 2015, 12:00pmE. Offers will only be accepted by email. Include in the Subject block: "581-Exchange Windows/your business name". a.Include on the quote: contact information (name, phone, email address); mailing address; DUNS. b.Provide technical specifications for offered product if an equal Level III Exchange window is offered. 24.QUESTIONS ARE DUE March 24, 2015, 10amE by email. Include in the Subject block: "581-Exchange Windows /your business name". Phone questions will not be accepted. Once answers to questions are complete, an amendment will be posted. 25.Requesting Service will review submitted bids as Technical experts to determine if technical solution is acceptable 26.Point of contact for this solicitation is David Milner, 615-225-5631, david.milner@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0370/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-Q-0370 VA249-15-Q-0370.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1932041&FileName=VA249-15-Q-0370-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1932041&FileName=VA249-15-Q-0370-000.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: VA Medical Center;1101 Veterans Dr;Lexington, KY
Zip Code: 40502
 
Record
SN03674393-W 20150322/150320234632-a7d16bf848ce1934c41741bc74049c13 (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.