DOCUMENT
84 -- Winter Uniforms for Temple VA and Waco VA - Attachment
- Notice Date
- 9/16/2016
- Notice Type
- Attachment
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- VA25716Q1712
- Response Due
- 9/22/2016
- Archive Date
- 10/7/2016
- Point of Contact
- POC: Shaun Gilbert
- 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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is VA257-16-Q-1712. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 2016. The associated North American Industrial Classification System Code (NAICS) for this procurement is 315210 with a small business standard of 750 employees. This acquisition is solicited as a 100% set-aside for Service-Disabled Veteran-Owned Small Business. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): STATEMENT OF WORK WINTER PPE OUTERWARE FCP# SCOPE: Provide all labor, supervision, materials, and equipment, necessary to supply one piece extreme outerwear overalls to the Bldg. 46 Engineering Services, Central Texas Veterans Health Care Facility, 1901 Veterans Memorial Drive, Temple, Texas 76504 and Building 24 Engineering Services, Central Texas Veterans Health Care Facility 4800 Memorial Drive, Waco Texas, 78711 1.CONTRACTOR RESPONSIBILITIES: The Contractor shall provide personnel, equipment and materials to fit measure approximately eighty-three (83) personnel in Temple and forty-seven (47) personnel in Waco. Site location to conduct fit measuring and times shall be coordinated through the Contracting Officer Representative, COR. Contractor shall measure each personnel documenting their size next to their name on the documentation. Documentation shall fully identify in standard nomenclature which size outerwear garment personnel are assigned. Contractor shall have the fitted personnel sign their full name on documentation next to the garment size confirming the fitting. Five (5) hard copies and one (1) electronic copy of completed documentation shall be submitted to CO and COR at the end of fit measuring within one (1) calendar day and again immediately with each delivery of overalls. Sample of the documentation to be used shall be submitted to the Contracting Officer, CO and COR within two (2) calendars of signing the contract for approval/disapproval. 2.SCHEDULE OF WORK: The Contractor shall schedule all work and deliveries through the COR. The Contractor shall coordinate work with COR NLT 7 calendar days before starting work. Fit measuring work shall be complete with-in 5 calendar days of work start. The contractor shall execute work in a manner so as not to impede other contract work. 3.DELIVERY OF OUTERWARE: The Contractor shall deliver all overalls to Temple and Waco within 5 to 45 calendar days after fit measuring is completed. Total number of outerwear to be delivered is as follows: "Temple: 83 total fitted size overalls "Temple: 9 total additional (3 each) overalls of the three most common fit sizes for Temple personnel "Waco: 47 total fitted size overalls "Waco: 9 total additional (3 each) overalls of the three most common fit sizes for Waco personnel "Total number of garments supplied shall be 148 4.HOURS OF WORK: The normal hours of work are 08:00 to 16:00 Monday through Friday. All work shall be performed during normal work hours. Work to be performed in other than normal hours must have ten (10) calendar days prior approved by the CO and COR. 5.WORKMANSHIP: All work under this contract shall conform to the standards of these specifications and current garment industry standards. The Contractor at no additional cost to the Government shall correct work and materials not meeting these specifications. All work shall be accomplished by personnel skilled in the trade. OVERALLS: Overalls shall be as follows below. No suitable substitute are allowed: "One piece "Removal hood "Full length leg zipper construction "Minimum of six pockets "Turtle neck and ribbed cuffs "Navy blue in color "Rated for a minimum of thirty (30) degrees below zero "Shall be commercial machine wash and dry "Resistant to wind, abrasion, rips and snags Sample of proposed overall in each size available and NAVY in color shall be submitted to COR Bldg. 46 Engineering Services, Central Texas Veterans Health Care Facility, 1901 Veterans Memorial Drive, Temple, Texas 76504 within two (2) calendar days of signing the contract for approval/disapproval. 6.DAILY PROGRESS REPORTS: The Contractor shall provide on a daily basis and no later than 9:00 AM, a progress report of work accomplished the previous day to COR. COR shall determine method of reporting. 7.WORKING CONDITIONS: The buildings and the surrounding site areas where fit measuring and deliveries are to be conducted will be occupied and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety to protect their personnel and property and repair at no cost to the government any damage caused by their operations. 8.SITE VISIT: The Contractor shall visit the site prior to bidding the contact to determine the full extent of the work and delivery areas and travel distances. Failure to inspect the site will not constitute grounds for a claim after contract award. A site visit will be scheduled through the CO and COR. 9.DISPOSAL: Disposal of materials associated with this contract at an approved disposal site off government property in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor's sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material. 10.CLEAN-UP: The Contractor shall keep the area neat and tidy and free of debris at the end of each workday. 11.SAFETY AND FIRE: All fire and safety rules and regulations are applicable at the Temple and Waco site shall be adhered to. Contractor is responsible for instructing their personnel on Contractors procedures for Safety, Fire, and Accidents. 12.WARRANTEE: The contractor shall warrantee overalls to be free of defects and workmanship for a period of 1 year from date of acceptance. 15.QUALITY ASSURANCE: The Contracting Officer reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of theses specifications. 16.SUBMITTALS WITH QUOTE: The contractor shall provide with their quote the following information: A. Two (2) each sample of the documentation to be proposed for used during the contract B.One sample of proposed Navy in color overall to be proposed to meet Statement of Work requirements. END OF STATEMENT OF WORK ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001OVERALLS 148.00EA____________________________________ 0002FITTING PERSONNEL 1.00JB____________________________________ 0003DELIVERY CHARGES 1.00JB____________________________________ 0004OVERHEAD PROFIT 1.00JB____________________________________ GRAND TOTAL__________________ Delivery: ________Days after award Delivery: VA Central Texas Healthcare System 1901 S. 1st Street, Bldg. 44 Temple, TX 76504-7451 Company name: ___________ Company DUNS number: ___________ Point of contact: ___________ Telephone: ___________ This requirement is being solicited on a BRAND NAME OR EQUAL basis in accordance with FAR 52.211-6 Brand Name or Equal. Any 'Or Equal' product MUST be submitted with product specifications. The end user is the final deciding authority of any technical evaluation. The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, past performance, delivery and price. Technical and past performance, when combined are less important than price. 52.212-3 Offeror Representations and Certifications - Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.204-7 Central Contractor Registration 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.222-50 Combatting Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The following clauses will be incorporated in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses shall be considered marked within 52.212-5 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.219-28, Post Award Small Business Program Representation 52.252-1, Solicitation Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 52.252-2, Clauses Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 852.203-70, Commercial Advertising 852.211-70 Service Data Manuals 852.237-70 Contractor Responsibilities 852.246-70 Guarantee 852.273-74, Awards Without Exchanges 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, and point of contact information. All responsible sources should submit quotes to Shaun Gilbert via e-mail: shaun.gilbert@va.gov by Thursday, September 22, 2016 at 11:00 AM Central Standard Time (CST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716Q1712/listing.html)
- Document(s)
- Attachment
- File Name: VA257-16-Q-1712 VA257-16-Q-1712.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3008675&FileName=VA257-16-Q-1712-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3008675&FileName=VA257-16-Q-1712-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-16-Q-1712 VA257-16-Q-1712.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3008675&FileName=VA257-16-Q-1712-000.docx)
- Place of Performance
- Address: (2) Locations - Please See Statement Of Work.
- Zip Code: 76504
- Zip Code: 76504
- Record
- SN04276080-W 20160918/160916235611-5b3ea49ae6f68b8ce71b83155834915d (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 |