Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
DOCUMENT

N -- Lektriever move from West location to VA campus building - Attachment

Notice Date
8/22/2016
 
Notice Type
Attachment
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25916N0488
 
Response Due
8/29/2016
 
Archive Date
9/13/2016
 
Point of Contact
Pedro Arritola
 
E-Mail Address
8-7157<br
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of Veterans Affairs Office: SAO East, Program Contract Office Notice Type:Posted Date: Sources SoughtAugust 22, 2016 Response Date: August 29, 2016 Classification Code: N099 NAICS Code: 423490 Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. Contracting Office Address Department of Veterans Affairs (VA) PCOE Denver Contracting 3773 Cherry Creek Dr. North, Denver, CO, 80209 Point of Contact: Pedro Arritola, Pedro.Arritola2@va.gov Overview: The HRC Payroll department currently utilizes three (3) Lektrievers, which are vertical carousel filing machines, for storing various payroll documents. The HRC is moving from its current location back to the Medical Center campus, building 3. In order for the transport to occur, the Lektrievers must be disassembled prior to transport, transported to the new location, and one of them reassembled at the new location. Payroll must have access to the Lektrievers in order to effectively and efficiently operate. Kardex is the manufacturer of Lektriever filing machines. It only allows authorized dealers to service its products. Mandatory: as part of the response to this sources sought RFI, vendors are required to submit documentation proving that they are Kardex authorized dealers for the Topeka Kansas region. Please respond to this RFI if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontraction (Nov 2011). As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 25 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) responses shall be submitted via email to Pedro.Arritola2@va.gov; 3) Submit your response by 3:00 P.M. (EST) on August 29, 2016; 4) Mark your response as "Proprietary Information" if the information is considered business sensitive. 5) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the page limit. Information Requested from Industry: In response to the RFI, interested contractors shall submit the following information: 1.Company Information / Socio-Economic Status 1.Provide the company size and POC information. 2.VA has identified the appropriate North American Industry Classification System (NAICS) Code 423490. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached SOW. 3.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA's VetBiz repository? 2.Background/Past Experience - Provide the following information on a maximum of three similar projects dealing with the services listed in the SOW. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project. 2.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. 3.Capabilities/Qualifications - Overview of proposed solution(s). Include a description of the capabilities/qualification/skills your company possesses for each of the below statements: 1.Assessment of capabilities to perform requirements noted in the RFI. 2.Assessment of the types of changes required to accomplish the goals. 3.Approach to be utilized to develop necessary changes to the systems to meet the organizational goals 4.Draft schedule to complete necessary changes. 4.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 5.Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, this information must be included within the page limitation. 7.Other Federal Experience - Identify the federal contract vehicles 8.GSA Contract information, if applicable - Provide GSA contract number with dates of contract. DRAFT SOW/PWS Below: Performance Work Statement Project Title: Transportation of three (3) Lektrievers from HRC West to Topeka VA building 3 second floor. Put two in storage and reassemble one. Place of Performance: The work will be performed at Topeka VA building 3 and HRC West. The addresses are listed below. VA Medical Center Building 3 2200 SW Gage Blvd Topeka, KS 66622 HRC West 1131 SW Winding Road, Suite B Topeka, KS 66615 Period of Performance: The services should take place within 30 days of contract award. Scheduling will be coordinated with the designated Contracting Officer's Representative (COR). The removal of the equipment form the HRC West location must be complete NLT11/1/2016 General Requirement: The Health Resource Center has three (3) Lektriever file cabinets located at the HRC West location. The Lektrievers need to be removed from HRC West location, transported to VA campus building 3. One of the identified Lektreivers will be set up at the HRC West office. That Lektriever must be transported to the designated area in VA campus building 3 and must be in normal operating condition for the requirement to be considered complete. The remaining 2 lektrivers will transported to building 3 where they will be stored. They will not be installed at this time. Overall, there are three main objectives for this contract. 1.Disassemble three (3) Lektrievers and Transport them from HRC West to VA Medical Center building 3. 2.Assemble the designated Lektriever in Building 3 second floor and ensure it operates normally. 3.Move the remaining Lektrievers into storage in building 3 second floor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916N0488/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-N-0488 VA259-16-N-0488.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2958668&FileName=VA259-16-N-0488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2958668&FileName=VA259-16-N-0488-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04235094-W 20160824/160822235515-f8a762ad2ed91c33af1e8ecad7dc9171 (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.