DOCUMENT
65 -- Dental Furniture Replacements - Attachment
- Notice Date
- 2/14/2017
- Notice Type
- Attachment
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24917Q0336
- Response Due
- 2/28/2017
- Archive Date
- 3/15/2017
- Point of Contact
- Crystal Baird
- E-Mail Address
-
400<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 22 Combine Synopsis/Solicitation General Information Document Type: RFQ RFQ Number: VA248-17-Q-0336 Posted Date: 02/13/2017 Response Date: 02/28/2017 @ 3 PM CST Classification Code: 6520 Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 339114 Contracting Office Address NCO 9 ATTN: Crystal Baird Department of Veteran Affairs Contracting office, 4th floor 1639 Medical center parkway Murfreesboro, TN 37129 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. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-19-2017. This RFQ is set aside for Service Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 1,000 employees.. The Network Contracting Office 9 is seeking a contractor that will provide the necessary services and equipment for the installation/de-installation of dental equipment that meets all requirements in the Statement of Work. All questions regarding this RFQ must be in writing and may be sent by e mail to crystal.baird@va.gov Questions must be received no later than February 20, 2016 at 4:00 PM. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Louisville VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. STATEMENT OF WORK Dental Equipment Procurement for the Dental Clinic U.S. Department of Veterans Affairs VA Medical Center Louisville VA Medical Center 800 Zorn Ave Louisville, KY 40206 PART I - GENERAL SCOPE The Louisville VA Medical Center Dental Clinic has a requirement to replace a portion of their dental equipment that has reached the end of its life expectancy. This is a requirement for A-dec brand equipment and the installation, as well as the de-installation and haul away of the existing equipment being replaced. The installation services shall be provided by an A-Dec authorized service representative to ensure the equipment is installed per manufacturer specifications. The de-installation/relocation/removal of existing equipment and delivery/installation of new dental equipment will be provided in 2 phases requiring a total of 4 round trips. In between each phase of de-installation/removal and delivery/installation, the VA medical center will be replacing a portion of the flooring in the dental clinic on a separate contract. It is imperative that all scheduling be done through the VA Contracting Officer s Representative (COR) who is responsible for maintaining the overall project timeline. 2. BID PACKAGE REQUIREMENTS Bid document shall be a separate, typed document from the VA solicitation that includes every item as listed on this Statement of Work, including unit price and total price per provided quantity. Products or services that include multiple parts shall be listed within each line item and only the totals for whole unit and total price per quantity provided will be provided. No additional line items will be added. Bid document shall include cut sheets with product detail. Bid document to list Labor/Services on separate line item(s) than the product line items. Labor/Service line item(s) shall specify acknowledgement of Per the Statement of Work (SOW) Document provided in the solicitation. The distributor must be an A-dec authorized distributor and installer. The bidder will provide a listing of the last 5 projects to include summary of equipment/services provided, customer name, location, and point of contact information. Bid document to include all relevant project managers and onsite supervisors to be assigned. PART 2 - STATEMENT OF BID ITEMS Furnish all equipment, materials, labor, equipment, supervision, and transportation to install the following items listed below. All equipment and services must be available for delivery within no more than 12 weeks of issuance of the PO. Please note that the Louisville VA Medical Center will provide final color selections for the upholstery at the time of contract award. Item #1: A-Dec 521 Doctor s Stool (Qty 13) Base Color White Cylinder Type Tall No Armrests Upholstery Type Sewn Upholstery Color To Follow Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #2: A-Dec 521 Doctor s Stool (Qty 1) Base Color White Cylinder Type Tall Armrests Upholstery Type Sewn Upholstery Color To Follow Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #3: A-Dec 522 Assistant Stool (Qty 9) Base Color White Backrest Foot support Foot Ring Upholstery Type Sewn Upholstery Color To Follow Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #4: A-Dec 522 Assistant Stool (Qty 3) Base Color White No Backrest Foot support Foot Ring Upholstery Type Sewn Upholstery Color To Follow Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #5: A-Dec 511 Chair (Qty 11) Voltage 120 Volts Base Color White Foundation Price 511 Chair Upholstery Type Seamless Upholstery Color To Follow Chair Back Style Standard- Double-Articulating Headrest Contoured Floor Box Accessory Power Cord 120V Accessory Power Cord Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #6: A-Dec 532 TRAD Delivery System (Qty 10) Base Color White Standard Tray Holder Wet/Dry Foot Control W/ Chip Blower 3' Umbilical Right Orientation Doctor's Touchpad Deluxe Touchpad Silicone Hand piece Tubing Position 0 Autoclavable QD Syringe Position 1 Cavitron Steri-Mate Ultrasonic Position 2 6-Pin Tubing Position 3 6-Pin Tubing Position 4 6-Pin Tubing Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #7: A-Dec 545, 12 O Clock Assistant Instrumentation (Qty 9) Voltage 120 Volts Base Color White Mounting style A-dec Inspire 591 or Preference Mount 5580/5562/5662 Work Surface Material Solid Surface Work Surface Color Light Beige Mirage Gibraltar Price Standard Tray Holder 300W 120V Power Supply Packaging Standard (Boxed) Assistants Instrumentation Holders Assistant's Standard Touchpad Autoclavable QD Syringe Satelec Mini LED Curing Light Assistant's Curing Light Holder Holder for Curing Light No Dual Turret Standard 11mm HVE Item #8: A-Dec 551, Assistant Instrumentation (Qty 1) Base Color White Mounting Style A-dec 511 Chair Long Arm Packaging Standard (Boxed) Autoclavable QD Syringe Satelec Mini LED Curing Light Assistant's Curing Light Holder Holder for Curing Light No Dual Turret Standard 11mm HVE 500 Support Link Item #9: A-Dec 541, 12 O Clock Assistant Duo Instrumentation (Qty 2) Voltage 120 Volts Base Color White Mounting Style A-dec Inspire 591 or Preference Mount 5580/5562/5662 Work Surface Material Solid Surface Work Surface Color Light Beige Mirage Gibraltar Price Standard Tray Holder Wet/Dry Foot Control W/ Chip Blower 300W 120V Power Supply Packaging Standard (Boxed) Right Orientation Doctor s Touchpad Deluxe Touchpad Silicone Hand piece Tubing Position 0 Autoclavable QD Syringe Position 1 Cavitron Steri-Mate Ultrasonic Position 2 6-Pin Tubing Position 3 6-Pin Tubing Position 4 6-Pin Tubing Assistant's Standard Touchpad Autoclavable QD Syringe Satelec Mini LED Curing Light Assistant's Curing Light Holder Holder for Curing Light No Dual Turret Standard 11mm HVE Item #10: A-Dec 5731 - Upper Storage Unit (Qty 1) Cabinet Width 42 Wall Mount Upper Access Type Touch 17" Depth Accent Color Concrete Stone Accent Edgebanding Surf Edgebanding Decor Color Concrete Stone Decor Edgebanding Surf Edgebanding U1 Module Width 40.5" Upper Module U1 U3DWMT - 3 Door Wall Mount Upper Task Light Storage Option 1 Adjustable Wood Shelf Storage Option 2 Adjustable Wood Shelf Storage Option 3 Adjustable Wood Shelf Packaging Standard (Boxed) Custom Add Locks Custom Engineering Contractor to mount to stud wall with VA approved hardware Item #11: A-Dec Oregon 5744 Assistant Cart (Qty 1) Cabinet Width 18.7 5 Drawer. Fixed Top-- Locking Drawers Access Type Soft Close Foundation Price 5744D Oregon Assistant Cart- 5 Dwr- Locking Drawers & Fixed Top Countertop Color Light Beige Mirage Gibraltar Price Accent Color Concrete Stone Accent Edgebanding Pepperdust Edgebanding Decor Color Concrete Stone Decor Edgebanding Pepperdust Edgebanding B1 Module Width 18.7" Base Module B1 Oregon Cart Pre-assembled and packaged at A-dec factory (i.e. Blanket Wrap service) Item #12: Mounting Supplies All material below is listed as estimates. The exact quantities needed and any additional installation material shall be provided by the bidder at no additional charge. Weldment, sub-base, front, 34, 12 O Clock Columns (Est. Qty 9) Screws, Pan Head Philips, 10-32 x 5, Stainless (Est. Qty 72) Floor Mounting 12 O Clock Arm, Silver (Est. Quantity 11) Includes custom mounting plates as needed for 541/545 assistant instrumentation systems Floor Box Assembly, large, w/o utilities (Est. Qty 3) Push Latch Assembly Drawer (Qty 10) Shutoff Valves, 1/2 NPT x 3/8 Compression, right angle (Est. Qty 24) Item #13: De-installation/Relocation/Removal/Installation Services The Bidder will be required to provide A-Dec authorized staff and/or sub- contractors to perform the following services which involve 2 round trip visits of de-install relocation/removal and 2 separate round trip visits for installation. Final timeline shall be determined with a minimum of 6 calendar weeks notice given by the COR. All services shall be performed on weekends or evening hours (after 5pm) as directed by the COR. The contractor must be able to commit to any timeframe prescribed by the COR with at least a 6 calendar week notice is provided. Federal Holidays are excluded. Airfare, meals, lodging, transportation, packaging, and other miscellaneous expenses shall be covered as part of a flat rate fee. Below is a description of each phase. The attached phase diagram can also be used as a reference. All material and equipment arriving shall be delivered no sooner than 12 hours before beginning installation. All equipment being removed by the contractor shall be taken offsite into the contractor s possession within 3 hours of de-installation completion. Phase 1 / Round Trip #1 The existing dental chairs, dental delivery units, and assistant systems in the following rooms shall be de-installed and taken offsite into the contractor s possession: Operatory 5, Operatory 6, Operatory 7, Hygiene, and Perio. The existing dental chair in OMFS-1 shall be de-installed, relocated, and installed in Operatory 1. This chair requires power utility only which will be provided via existing receptacle in Operatory 1. The existing dental assistant system in Operatory 8 shall be de-installed and taken offsite into the contractor s possession. The existing dental chair and dental delivery system in Operatory 8 shall be relocated to OMFS-1. Existing utility connections are available in the floor of OMFS-1. All connections and material needed to connect the chair and delivery system in OMFS-1 shall be made by the contractor. All de-installed equipment shall have air and vacuum utilities disconnected and capped or valved off by the contractor. The VA will disconnect all equipment that is electrically hardwired. These services shall be provided over a period of 2 consecutive days. Phase 1 / Round Trip #2 The contractor will utilize this trip to install new dental equipment in the following rooms: Operatory 5, Operatory 6, Operatory 7, Operatory 8, Hygiene, and Perio. These services shall be provided over a period of 2 consecutive days. The VA will connect all equipment that is required to be electrically hardwired. This trip shall include a walk-thru with the COR and Chief of Dental Service to ensure all equipment and installation meets the requirements of the VA. Phase 2 / Round Trip #3 The existing dental chairs, dental delivery units, and assistant systems in the following rooms shall be de-installed and taken offsite into the contractor s possession: Operatory 1, Operatory 2, Operatory 3, Operatory 4, OMFS-1, OMFS-2. All de-installed equipment shall have air and vacuum utilities disconnected and capped or valved off by the contractor. The VA will disconnect all equipment that is electrically hardwired These services shall be provided over a period of 2 consecutive days. Phase 2 / Round Trip #4 The contractor will utilize this trip to install new dental equipment in the following rooms: Operatory 1, Operatory 2, Operatory 3, Operatory 4, OMFS-1, OMFS-2. These services shall be provided over a period of 2 consecutive days. The VA will connect all equipment that is required to be electrically hardwired. This trip shall include a walk-thru with the COR and Chief of Dental Service to ensure all equipment and installation meets the requirements of the VA. PART 3 - EXECUTION GENERAL Location: 3rd floor Dental Clinic, 800 Zorn Ave. Louisville, KY 40206 Bidder shall be responsible for taking and applying accurate Field measurements to ordered product for verification of correct sizing Bidder shall track manufacturing schedule and notify the COR with updates of estimated completion date by email. 2. DELIVERY As stated above, Bidder must be able to commit to delivery with at least 6 weeks notice In the event there is a delay in delivery, the bidder must notify the COR immediately. All deliveries must be received at A-Dec s warehouse and checked for damage and missing items prior to delivery and installation at jobsite. Bidder and sub-contractors may not deliver any items directly to the VA premises or store any items for more than 12 hours ahead of installation. Contractor shall provide and utilize protective sheeting to protect the flooring inside the hospital during transportation of the equipment to the dental clinic operatories. Project Manager and Installation Manager to meet delivery truck, receive and inspect product, then install items independently of VA staff assistance. ENVIRONMENTAL STEWARDSHIP: All delivered products to be wrapped in blankets or recyclable materials when applicable as to reduce waste. Vendor shall not use non-recyclable or non-reusable packing materials for any deliveries. 3 DE-INSTALLATION / INSTALLATION REQUIREMENTS De-Installation and Installation Teams must be certified in product installation by A-Dec, experienced and knowledgeable about product, and be supervised at all times by both Installation Company Manager and A-Dec Project Manager. Vendor must be able to commit to de-installation and installation with as little as 6 weeks notice provided the desired timeline allows for 12 weeks of manufacturing lead time from the date of PO issuance and upholstery color selection. When applicable, the installation contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. All onsite staff to check in with Engineering Service upon arrival and obtain vendor badges for each day on site. Bidder, A-Dec, and Installation/De-installation vendors must provide Proof of Insurance to VA COR and VA Contracting officer prior to installation by email. Manufacturer Project Manager (PM) shall be on site during Installation to supervise the installation team and Installation supervisor. Bidder shall provide all necessary materials, equipment, labor, supervision, and Management to: (A) coordinate delivery: (B) load and unload; (C) place/install in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises. All services shall be conducted during weekend or evening hours (after 5pm) as determined by the COR. Delivery Trucks may not block entrances, egress or patient parking during normal business hours (Monday-Friday, 8am-4:30pm). Bidder shall be responsible for storing, returning and replacing all damaged items and remediating within 7 calendar days of identifying the deficiencies. 4 QUALITY CONTROL The installation contractor will be responsible for the removal and disposal of all trash/debris. Final Acceptance from the Contractor will not occur until all debris associated with the services is removed. Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the contractors. 5 CONTACT WITH VA PERSONNEL All contact shall include VA COR. Any requests for PO modifications must include both the COR and VA Contracting Officer. No changes to the contract will be made without the written consent of the VA Contracting Officer. The contact normal work hours will be business hours (8:00am-4:30pm) except on weekends and Holidays. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall provide only one quote. Quote should be emailed to crystal.baird@va.gov NLT 02/28/2017 at 3pm CST. Non-compliance with this requirement will result in disqualification of both quotes. Technical Requirements that the Contractor Shall Provide: Technical: Offerors shall provide a quote for A-dec brand name equipment. Past Performance: Offerors may provide up to three references of their performance providing the same or similar services matching the scope of this requirement within the last three years having the same magnitude and complexity as this requirement. The offeror s must provide the following information as a minimum: Contract Number Dollar Value Dates of performance Name of Contracting Agency/Hospital Point of Contact at that Agency/Hospital Point of Contact information (i.e. email address, telephone number, etc.) A brief description of the work effort sufficient to demonstrate the relationship between the reference contract and the proposed effort. The quotes will be evaluated on a lowest price technically acceptable, with past performance as part of the technical evaluation. Quotes shall be responded to via e-mail. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM Quotes must be received on/or before February 28, 2017, 3:00 PM to be considered for award. Vendors shall provide a minimum quote acceptance period of 90 days after RFP closing for offers. Award: The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance: Robley Rex VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206 The Basic Period of Performance: The period of performance is expected to be date of award through both phases of installation and de-installation per the statement of work. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. 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 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors 52.219-8 Utilization of Small Business Concerns (NOV 2016) Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (End of Clause) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government s interest shall not be effective -- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) 52.233-1 Disputes. Disputes (July 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) Claim, as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor. (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer s decision shall be final unless the Contractor appeals or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor s specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION) (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 veteran-owned 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 non-manufacturer 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) 852.232-72 Electronic Submission of Payment Requests (NOV2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) 852.246-71 Inspection (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account. (End of Clause) The following RFQ provisions apply to this acquisition: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation 2015-02) (FEB2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) 52.204-22 Alternative Line Item Proposal. (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law(Deviation) (March 2012) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that (i) The Offeror and/or any of its Principals (A) Are are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks have, the offeror shall also see 52.209-7, if included in this solicitation); (C) Are are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have, have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of Provision) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this RFQ. (End of Provision) 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 9 1639 Medical Center Pkwy, Suite 400 Murfreesboro, TN 37129. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 Alternate Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor. (End of Provision) Points of Contact Contract Specialist Name: Crystal Baird Organization: NCO 9 Phone No.: 615-225-5628 E-Mail Address: crystal,baird@va.gov Contractor Point of Contact: Contractor Legal Business Name: TO BE DETERMINED DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number: ATTACHMENTS Attachment A: Brand Name Justification Attachment B: Floor Plan
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0336/listing.html)
- Document(s)
- Attachment
- File Name: VA249-17-Q-0336 VA249-17-Q-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276009&FileName=VA249-17-Q-0336-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276009&FileName=VA249-17-Q-0336-000.docx
- File Name: VA249-17-Q-0336 Vol6 Chap6 OFOC SOP Rev5 Atch 3 FAR6 JA OVER 150K.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276010&FileName=VA249-17-Q-0336-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276010&FileName=VA249-17-Q-0336-001.doc
- File Name: VA249-17-Q-0336 Phase Diagram.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276011&FileName=VA249-17-Q-0336-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276011&FileName=VA249-17-Q-0336-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-17-Q-0336 VA249-17-Q-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3276009&FileName=VA249-17-Q-0336-000.docx)
- Place of Performance
- Address: Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, KY
- Zip Code: 40206
- Zip Code: 40206
- Record
- SN04402493-W 20170216/170214235116-915b8b23b0d332d8cb8c262ae4ea74a4 (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 |