Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
DOCUMENT

65 -- Training Tables - Attachment

Notice Date
5/4/2015
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0633
 
Response Due
5/15/2015
 
Archive Date
7/14/2015
 
Point of Contact
Michael Giffon
 
E-Mail Address
9-6682<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-247-15-Q-0633 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-15-Q-0633 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. 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://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total small business set aside, brand name or equal. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 500 employees. (v) This requirement consists of the following: Brand name or equal Item Description Qty Unit of Unit Total Measure Price Price 1.TEK Folding table, CTLFCA2472 A 2, light weight, rectangle shape, Size: 24" x 72" w/ grommets, C-Leg, fixed height, Arched leg style, Bronze Mica Finish with locking casters, Straight edge trim - all edges with Foundation Laminate Finish: YR: Royal Cherry. 60 EA 2. CTVLW TEKNION, VERTICAL LEG WIRE MANAGEMENT, FINISH: BRONZE 120 EA 3. INSTALLATION 1 EA 4. CTMT TEKNION, TEK Mobile Trolley, CTMT, Bronze Mica Finish 8 EA Statement of Work (SOW) 1. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The work includes furniture selections and installation that will furnish clinical administrative areas with training tables at the VAMC located at 109 Bee Street, Charleston, SC 29401, Rooms A139, E210, & CC215 due to an emergent need. All furniture and details of project is specified on attached document 'Specifications'. 2. Background: The existing furniture will be removed and disposed of and new product installed by the Vendor awarded this contract. There will be no computers connected at the time of delivery and installation. Period of Performance: The installation is to start within 30 working days (4 weeks) of award/review and agreement per all parties and be completed within 24 hours (1 day) from onset of installation. The contractor will provide the specified furniture with delivery and installation during normal business hours between 7:30AM through 4PM, or as agreed by the contractor and the government. Shall the contractor propose an earlier completion date, and the government accepts the contractor's proposal, the contractor's proposed completion shall prevail. The contractor's work shall not take place at the government site on Federal Holidays and weekends unless directed by the CO. 3. Type of Contract: FIRM FIXED PRICE (GSA) CONTRACT 4. Delivery Location: Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29401 Rooms A139, E210, & CC215. B. CONTRACT AWARD MEETING 1.The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. 2.GENERAL REQUIREMENTS 1. For each manufacturer's delivery, the contractor shall provide in writing a delivery and installation schedule. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 3 calendar days from the date of receipt. The receipt of the Government's comments. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. The contractor shall install all furniture per specification and assemble before delivery. The COR is to be present onsite for guidance to installers. If there is any discrepancy during this project the 'specification' takes precedence over plans. Task One: The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. Deliverable One: A detailed work plan and scheduling. Task Two: Contractor shall provide in writing any plan and schedule regarding any unforeseen back order delivery Deliverable Two: Proposal to be approved in writing by CO. D. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the date in section A.3 for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. E. 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. F. GOVERNMENT RESPONSIBILITIES The government will provide access to the facility. The installer will deliver to the specific rooms per service elevators. G. CONTRACTOR EXPERIENCE REQUIREMENTS 1. The contractor/installation company shall provide the name of the team leader. The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. All Contractor employees will be approved by the COR prior to bringing on duty. If, at any time from date of award removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. a. The contractor must inform the VHA COR and Project Manager/Task Manager when personnel are removed from the contract for any reason. b. If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COR and Project Manager. H. 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. I. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS1 1. Position Sensitivity - Not applicable to this contract. a. The furniture will be installed during after work hours where there are no connected computers. The COR or other EMS personal of authority will present at all times. The facility in question will be totally empty of staff, files and computer equipment at time of installation of the furniture. 2. Contractor Responsibilities a. Contractor installers will be required to have a Background Investigation and to take the TMS Contract Rules of Behavior, Privacy & HIPAA & VA Privacy Information Security Awareness training courses. Contractor is to provide Certificates of completion documents for each employee, to be kept in VA files. Contractor may access to TMS, Log-on to the VA Talent Management System (VA TMS) from any computer with Internet access at www.tms.va.gov. For training resources and other information, visit the VA TMS communicate own website, TMS Resources, at www.valu.va.gov/Home/TMSResources. 3. Government Responsibilities a. The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b. Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c. The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. 4. Procedures for Access: Access requirements to VA information systems by contractors and contractor personnel shall meet or exceed those requirements established for personnel as described in VHA directives. A written and signed request for user access by VHA management, or designee(s), constitutes management approval (sponsorship) to initiate a request for access to any sensitive automated information system. Access shall be granted to non-VA users only if the purpose for access meets criteria of the Privacy Act and VA Confidentiality Regulations and Transfer. a. Contractor's Team Leader shall be required to sign-in before starting work under this contract and abide by the VA Computer Access Security Agreement and Confidentiality Agreement. b. In the performance of official duties, the contractor's personnel may have regular access to printed and electronic files containing sensitive information, which must be protected under the provisions of the Privacy Act of 1974, HIPAA and other applicable Federal laws and regulations. The employee is responsible for (1) protecting that information from unauthorized release or from loss, alternation or unauthorized deletion, and (2) following applicable regulations and instructions regarding access to computerized files, release of access codes, etc. as set out in a computer access agreement which the employee signs. L. SCHEDULE OF DELIVERABLES Winning bidder shall provide a tentative delivery schedule within 3 working days of the project review. M. SALIENT CHARACTERSITICS A. Metal training tables B. Metal Mobile Table Trolleys ? Commercial grade, light weight folding training tables with grommets, locking casters and wire management leg covers. ? Heavy duty mobile trolley to transport up to 1000 lbs. of tables. ? Table size: 24" x 72" rectangle. ? Standard finishes to match facility standards per Interior Designer: ? Laminate tops: Foundation laminate: Storm White Metal Paint finish: Mica Bronze N. SPECIFICATIONS: 1. TEK Folding table, CTLFCA2472 A 2, light weight, rectangle shape, Size: 24" x 72" w/ grommets, C-Leg, fixed height, Arched leg style, Bronze Mica Finish with locking casters,. Straight edge trim - all edges with Foundation Laminate Finish: YR: Royal Cherry. Quantity: (60) 2. TEK Vertical Leg Covers for Folding tables, CTVL, Bronze Mica Finish Quantity: (120) 3. TEK Mobile Trolley, CTMT, Bronze Mica Finish Quantity: (8) END (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all included solicitation requirements. At a minimum, the offered item(s) must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The offereror that submits the offer that meets all of the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 3. If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 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 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov and be received by May 11, 2015 at 3PM EST. Questions received after this date and time will not be answered. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE May 15, 2015 at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to - Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29401 Rooms A139, E210, & CC215. ATTN: Suzette Poletti, (843) 789-6734 X6734 Suzette.Poletti@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0633/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0633 VA247-15-Q-0633.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024447&FileName=VA247-15-Q-0633-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024447&FileName=VA247-15-Q-0633-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03718786-W 20150506/150504234455-d89dcdc486b263aa6ce45da66891a1f0 (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.