Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
DOCUMENT

71 -- VA701-16-Q-0188 VA Furniture - Attachment

Notice Date
9/8/2016
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70116Q0188
 
Response Due
9/19/2016
 
Archive Date
10/19/2016
 
Point of Contact
Sandra J. Johnson
 
E-Mail Address
7-8300
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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; proposals are being requested. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90. The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) requires a contractor to provide furniture for the VA's new Monterey facility. Solicitation number VA701-16-Q-0188 is being issued as a Request for Quote (RFQ) and is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Concerns. The associated North American Industry Classification System (NAICS) code for this procurement is 337127 (size standard 500 employees). A Small Business Non-Manufacturing Class waiver applies to this requirement. The delivery date for the furniture is 15 December 2016. Delivery shall be FOB Destination, in accordance with FAR 52.247-49, to VA Monterey HCC, 32001 Dowe Ave. Union City, CA 94587. Furniture will be inspected by the VA for completeness of order and for any damage/defect to the furniture before full payment will be awarded. The Government is requesting a proposal for the following the items. Proposed items must meet the minimum characteristics identified in the Salient Characteristics document, Attachment A. CLINFurniture CodeImageMfg./ModelQty UnitDescriptionLocation 0001LAFL101 Nessen Floor Lamp, NF411, (OR EQUAL)6 EA Waiting areas and Lactation Rooms 0002EASE102 Allsteel Gather S929P Sketch Mobile Markerboard, (OR EQUAL)7 EAMobile board with procelain writing surface and tackable surface: approx. 29"W x 20"D x 72"HTeam Work Areas, Conference and Group Rooms 0003CHLO134 Allermuir Open Lounge Chair, (OR EQUAL)8 EALounge chair with 4 prong aluminum baseGroup Rooms 0004OTTO101 Allermuir Pebble, Roud Seat ottoman, (OR EQUAL)4 EAFully upholsteresd ottomanwith tubular steel legs.Group Rooms 0005BELO112Krug Zola Modular Bariatric 3 Seat Bench with 2 End Tables, (OR EQUAL)5 EAUpholstered bariatric modular standard depth 3 seat bench with 2 end tables with square corners and metal base. System is available with components that are inter-changeable, reconfigurable, and replaceable with metal to metal bracketry. Bench Overall: Minimum 22.25"D, 69"W, 18.5"HEnd Link Tables Overall: Minimum 16"D, 24"W, 14.75"H 2nd floor Corridor area. 0006BOBU103 Peter Pepper Products # WS6048, (OR EQUAL)23 EAApprox. 36"W x 24"H. Wall Mount.White porcelain erasable writing surface. Porcelain bonded to steel to be magnetic. 12" aluminum pen rail, 4 markers, and eraser includedConsult Room Commercial Terms and Conditions: FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp FAR NumberTitle 52.204-16Commercial And Government Entity Code Reporting 52.204-17Ownership Or Control Of Offeror 52.211-6Brand Name Or Equal 52.212-1Instructions To Offerors-Commercial Items 52.225-18 Place Of Manufacture 52.204-20 Predecessor Of Offeror FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp FAR NumberTitle 52.232-40Providing Accelerated Payments To Small Business Subcontractors 52.204-18Commercial And Government Entity Code Maintenance 52.212-4Contract Terms and Conditions -- Commercial Items. 52.212-5Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7 and 52.204-10. 52.203-99Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation) VAAR 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (Jan 2008). The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. Offerors shall provide a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR NumberTitle 852.203-70Commercial Advertising 852.211-73 Brand Name Or Equal 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission Of Payment Requests 852.246-71 Inspection FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following provisions are incorporated into FAR 52.212-1 as an addendum to this solicitation: FAR 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation); FAR 52.204-20 Predecessor Of Offeror; FAR 52.212-3 Offeror Representations And Certifications-Commercial Items; FAR 52.225-18 Place Of Manufacture; VAAR 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference; and VAAR 852.270-1 Representatives Of Contracting Officers. Evaluation of Offerors. Quotes shall be evaluated on lowest price. The Government will award a contract resulting from this solicitation to the Responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards (reference Salient Characteristics, Attachment A) for non-cost factors. Price will be evaluated based on the total proposed price. The Contracting Officer determined that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Proposal Submission Requirements. Vendors shall respond to this RFQ via email by 19 September 2016 at 10:00 AM Eastern Standard Time (EST). All quotes should be sent to the Contracting Officer, Sandra Johnson, 216-447-8300 ext. 3600, at Sandra.Johnson3@va.gov before the due date and time specified. Any quotes, modification, or revision of a quote received after the exact time specified for receipt of quotes is "late" and shall not be considered. Each offeror shall ensure the Representations and Certifications are updated at www.sam.gov. Descriptive Literature shall not exceed 10, single sided, typed, standard 8.5"x11" pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Only VA verified VOSBs in the Vendor Information Pages (VIP) database (http://www.vip.vetbiz.gov) at the time of award will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. Price. Offeror shall fill out and return the Price List, Attachment B, and submit with quote. Contractors are required to fill in the unit price for all CLINs on the Price List, Attachment B. Failure to fill in the unit price for each CLIN will render the offer unacceptable. The Unit Price should be rounded to the penny to avoid rounding errors. Failure to comply with instructions will render the quote Unacceptable. Questions. All questions regarding the RFQ package must be submitted to the above e-mail address by 14 September 2016 at 10:00 AM Eastern Standard Time (EST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Notice to Offeror: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 30 days after the closing date of the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70116Q0188/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-16-Q-0188 VA701-16-Q-0188.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994676&FileName=VA701-16-Q-0188-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994676&FileName=VA701-16-Q-0188-000.docx

 
File Name: VA701-16-Q-0188 Attachment A, Salient Characteristics.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994677&FileName=VA701-16-Q-0188-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994677&FileName=VA701-16-Q-0188-001.docx

 
File Name: VA701-16-Q-0188 Attachment B, Price List.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994678&FileName=VA701-16-Q-0188-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994678&FileName=VA701-16-Q-0188-002.xlsx

 
File Name: VA701-16-Q-0188 Attachment C, Upholstery Codes.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994679&FileName=VA701-16-Q-0188-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994679&FileName=VA701-16-Q-0188-003.pdf

 
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 Monterey HCC;32001 Dowe Ave.;Union City, CA
Zip Code: 94587
 
Record
SN04262222-W 20160910/160908234732-5707383b57d66ba6c143fbd655db3ce4 (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.