Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
DOCUMENT

T -- Environmental Graphics Installation-Des Moines - Attachment

Notice Date
7/14/2016
 
Notice Type
Attachment
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V16Q0328
 
Response Due
8/1/2016
 
Archive Date
8/31/2016
 
Point of Contact
Rebecca Quilhot
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i.This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.VA101V-16-Q-0328 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88. iv.The solicitation is set aside for Service Disabled Veteran Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 541430 and the Small Business Size limitation is $27.5 Million. v.The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to prepare necessary design modification and related documentation for design, fabrication, and installation of an Environmental Graphic Display for the Public Contact location at the Des Moines VA Regional Office located at 210 Walnut Street, Des Moines IA 50309 vi.Description of Requirement Part 1. General Information 1. Purpose: The Vendor shall prepare necessary design modification and related documentation for design, fabrication, and installation of an Environmental Graphic Display for the Public Contact location at the Des Moines VA Regional Office (Client). 1.2. Scope of Work: The Vendor shall provide the necessary professional and installation services to prepare concept and design documents for the implementation of an Environmental Graphic Display, using existing high resolution images and modifying them as necessary to fit the selected location. The graphic display is to utilize the developed Graphic Design Guidelines. The Vendor shall visit the site and provide site-specific recommendations and implementation documents, including cost estimate, for the fabrication and installation of a graphic display for the above referenced location. All graphics shall be full digital mural on specified media as described below, and hung on existing drywalls. The location and general description for four (4) graphics features are the following: Please refer to the attached plan for reference. Provide (total of 4) approximately 45" wide x 84" high full size digital prints with appropriate plastic coated matte over laminate with wrapped edges on all sides, dry mounted on Diabond or equal material to withstand warping or bending. The graphic is to have a 1" thick box in white color attached to the back, 5" set back from all edges, attached with "Z" channel or clit, or similar material, to gypsum wall with ¼" spacing apart. The center of the artwork might require some additional solid metal element to prevent shear movement or sagging. The following tasks are required as a part of this order: 1.Fabrication/Installation & Shop Drawing Documents a.Based on the approved final design recommendation and site verification, prepare the necessary Fabrication/Installation Documents of the Graphic Display and required supporting millwork and related attachment or suspension details for proposed location. b.Provide comprehensive cost estimate and schedule based on completed Fabrication/Installation Documents and in accordance with previous projects. c.Provide at least two (2) consecutive submissions and review of shop drawing, sample submissions and product data for general conformance with the design concept set forth in the Fabrication/Installation Documents. d.Vendor shall provide samples for two rounds of reviews and comments. e.Wall attachment might require the use of Snaptoggle heavy duty toggle bolts or similar. 2.Installation Administration a.The installations will be visited by the VBA Project Manager to verify that the graphic installation is in accordance with the design intent of the Fabrication/Installation Documents. A list of items of correction or replacement (Punch List) resulting from a final inspection conducted at the time of construction/installation completion will be provided. b.Vendor to provide timeline for corrections of punch list items. c.Vendor is responsible for all proposed subsurface material, details and methods of installation, and for making sure that the existing conditions will support installation of the graphics. d.Provide coordination of all review requests for change orders, suggestions or recommendations made. e.Provide digital snapshots of progress and final installations. 5.General Requirements a.If required, all background drawings such as base building architectural and MEP engineering drawings to be provided electronically by VBA or GSA through VBA. b.All provided drawings and images are government property and should not be shared with third parties and are to be returned upon completion of the project. c.The Fabrication/Installation package shall be of sufficient information and technical detail. Drawings shall be delivered in AutoCAD, PDF and printed copy. They shall be drawn using standard professional drafting skills, scales and standards. d.Throughout project development, Vendor shall coordinate with the Project Manager - VBA Office of Facilities. e.The Vendor has to coordinate all deliverables with the VBA Project Manager for all building security and clearance requirements, availability of loading facilities and service elevators, best installation date and time, and all other necessary arrangements. 6.Deliverables a.The Vendor shall submit a total of one (1) printed copy, and one (1) electronic copy on CD/DVD of the final documents to the key personnel listed below. b.Travel and presentation requirements include, but are not limited to, the following: 1)Travel to the designated project site for verification of all locations and dimensions 2)Travel to the designated project site for delivery and installation. 3)Travel to the designated project site for correction if necessary. 7.Schedule a.From notice to proceed, deliver the following phases in this order: 1)Prepare and submit final proposed Designs (5 working days) 2)VBA review and approval (2 working days) 3)Fabrication/Installation Document (5 working days) 4)VBA review and approval (2 working days) 5)The delivery and installation within (15) after VBA approval of fabrication/installation documents. 8.Key Personnel Contracting Officer - Rebecca S. Quilhot Person of Contact - John Owens Project Manager, VBA Office of Facilities 9.Exhibits - Floor Plan identifying the locations 1.3. Applicable Documents: 1.3.1 VA Handbook 6500.6 1.3.2 Service Contract Labor Standards (January 2016): Wage Determination No.: 05-2205, Revision No.:- 20, Date Of Revision: 01/06/2016, Hourly Rate / Class of Employee $23.63WG/ 23160 Electronics Technician Maintenance I, Fringe Benefits: $7.12 per hour. 1.4. Period of Performance: As noted in #7 Schedule above. 1.5. Safety Requirements: While in performance of the resultant contract, the contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA) and adhere to VAAR 852.237-70 Contractor responsibilities. 1.6. Security Requirements: Upon entering VA buildings the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA personnel, including the Privacy Act, 5 U.S.C. §552a, regarding information and information system security. Vendor shall be escorted in the VA office buildings at all times. The UPS System is accessible from within the computer room. The contractor will be accompanied by designated government IT personnel and shall sign in upon entering the computer room. Services will not require connection to the VA network. The C&A requirements do not apply and a Security Accreditation Package is not required. 1.6.1. The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. Part 2. Definition and Acronyms: N/A Part 3. Government-Furnished Items and Services: N/A Part 4. Contractor-Furnished Items and Services 4.1 The contractor shall furnish all personnel, materials, labor, parts, supplies, travel, supervision and equipment required to perform work under the resulting contract, to include but not limited to, tools and expendable items. 4.2 The contractor shall provide one designated point of contact (POC) to the government's designated representative for coordination of parts delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of the resulting contract. 4.3 Personnel Qualifications: The contractor shall be required to provide fully qualified and manufacturer trained or certified service, delivery, and management personnel in sufficient numbers to actively and efficiently service and support the scanners in place during the contract period. 4.6 The contractor shall oversee the project as listed in SOW paragraph 1.2. Part 5. Specific Tasks: N/A Part 6. Government Point of Contact/Contracting Officer Representative (COR): TBA Part 7. Changes to the Statement of Work (SOW): Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. vii.Period of Performance: As noted in # 7 above. FOB Destination Point: Des Moines VA Regional Office, 210 Walnut Street, Des Moines IA 50309. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)(FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2015) 52.204-17 Ownership of Control of Offeror (NOV 2014) 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (OCT 2015). 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: 1.Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor's offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor's overall offer will be found to be Technically Unacceptable. 2.Technical Acceptability: The Government will evaluate quotes submitted in response to the solicitation for the technical capability to meet this requirement. Included with each Contractor's quote, the Offeror is to provide a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. 3.Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) applies to this solicitation. The following provisions and clauses are added as addenda: 5.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items (Jun 2016), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015). (22)52.219-28Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27)52.222-21Prohibition of Segregated Facilities (FEB 1999) (28)52.222-26Equal Opportunity (MAR 2007) (30) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (39)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (43)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (49)52.232-33Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) Paragraph c clauses applicable: (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (3) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: 23160 Electrician Maintenance I WG-10 Monetary Wage-Fringe Benefits: $30.75 xiii.N/A xiv.N/A xv.There will be a suggested walk through scheduled for Thursday July 21, 2016 at 10:00. Interested offerors can contact the Contracting Officer at 563-424-5874 or via email at: rebecca.quilhot@va.gov for the specific meeting location. Offers are due no later than Monday August 1, 2016 by 5:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-16-Q-0328. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: comprehensive cost estimate and schedule based on completed Fabrication/Installation Documents and in accordance with any previous projects, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNS Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or by e-mail to rebecca.quilhot@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V16Q0328/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-16-Q-0328 VA101V-16-Q-0328.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2870801&FileName=VA101V-16-Q-0328-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2870801&FileName=VA101V-16-Q-0328-000.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: Department of Veterans Affairs;Des Moines VA Regional Office;210 Walnut Street;Des Moines IA
Zip Code: 50309
 
Record
SN04183817-W 20160716/160714235828-e404ff629ed26f583bf4cdc72b15263f (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.