Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2017 FBO #5606
DOCUMENT

79 -- Activation: CW EQ015 - Various Cleaning and Recycling Equipment (VA-17-059601) - Attachment

Notice Date
3/28/2017
 
Notice Type
Attachment
 
NAICS
339994 — Broom, Brush, and Mop 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
VA70117Q0103
 
Response Due
4/5/2017
 
Archive Date
6/4/2017
 
Point of Contact
Michelle Rhodes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INTRODUCTION The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting quotations and subsequently awarding a Firm-Fixed-Price contract for various cleaning and recycling equipment products for the Eastern Colorado Health Care System. Acquisition of these items is part of the initial outfitting and activation of the new VA Medical Center being constructed in Aurora, CO. DESCRIPTION A contract is needed for the Eastern Colorado Health Care System for 24 mop buckets with wringer and trolley, 37 trash carts, 33 large recycling containers, one (1) 12.5 gallon wet/dry shop vacuum, and eight (8) 16 gallon wet/dry shop vacuums. The contractor shall deliver all items. All items must meet all salient characteristics and the contractor shall furnish all personnel, supplies, and equipment required for delivery. SALIENT CHARACTERISTICS Bucket, Mop, With Wringer, 35 Quart, with Trolley (JSN F0505) Quantity: 24 Basis of Design: Rubbermaid 7780 WaveBrake or equal Specifications/Salient Characteristic Mop Bucket. Used to clean and remove spills. Includes water reservoir and wringer system. Approximate Dimensions and Power: Maximum Dimensions: 29 L x 18 W x 39 H Maximum Water Reservoir Capacity: 35qt Power Requirements: None Accessories/Configuration Options: To include trolley with handle for maneuverability Includes a foot pedal water evacuation. Wringer: Side Press Dirty water bucket Color: To be yellow with wet floor markings Cart, Trash (JSN F0530) Quantity: 37 Basis of Design: Rubbermaid 1315-42 to include lid 1317 or equal Specifications/Salient Characteristic Trash cart. Used by janitorial staff to collect smaller trash. Must include lid, must be able to be dumped by one person. Approximate Dimensions and Power: Maximum Dimensions: 72 L X 33.5 W X 43 H Minimum Capacity (weight): 1250 lb Minimum Capacity (volume): 1 cu yd Power Requirements: None Accessories/Configuration Options: Frame structure must be compatible with standard forklifts 2 Large Wheels and 2 Swivel Caster Wheels Color: Black Domed hinged lid to fit cart Handle for easy maneuverability by hand Construction Materials/Type: One piece body construction Rubber wheels Container, Recycling, Large (JSN F2026) Quantity: 33 Basis of Design: Rubbermaid 3540-07 to include lid 2692-88 equal Specifications/Salient Characteristic Container for recycling. For placement in break areas. Must include lid with openings to allow for cans or bottles to be dropped in without removing the lid. Approximate Dimensions and Power: Dimensions: 22 L x 11 W x 20 H Capacity (volume): 23 gal Power Requirements: None Accessories/Configuration Options: Color: Green, marked with easily recognizable recycling logo Lid to fit container, with openings to allow for cans or bottles to be dropped in without removing the lid Lid Color: Green Side handles/ grips Venting channels to aid in liner removal Construction Materials/Type: Durable High Grade Plastic Vacuum, Shop, Wet/Dry, 12.5 Gallon (JSN M2600.B) Quantity: 1 Basis of Design: Colt, 1250S or equal Specifications/Salient Characteristics Wet/dry vacuum cleaner with filtration. Vacuum is designed for use wet and dry spill pickup. To be included: Vacuum hose, High-Efficiency Particulate Arrestance High Efficiency Particulate Arrestance (HEPA) filter, power cord. Approximate Dimensions and Power: Dimensions: 31 L x 23 W x 40 H Capacity: 12.5 gal Cord Length: 32 Motor: 2-stage bypass, 1.25hp Power: 115V Accessories/Configuration Options: Portability/Mobility: Mobile, 2 large wheels and 2 caster type wheels for easy mobility Airflow: 92 cfm Filtration: High-Efficiency Particulate Arrestance (HEPA) Noise Level: Not to exceed 63 dBA Tank: Tip mechanism/base to allow easy emptying into most toilets and drains Construction Materials/Type: Powerhead: Polyurethane Base: Polyurethane Tank: Stainless Steel Vacuum, Wet/Dry, 16 Gal (EMS) (JSN M2600.C) Quantity: 8 Basis of Design: Tennant, V-WD-16B or equal Specifications/Salient Characteristics Wet/dry vacuum cleaner with filtration. Vacuum is designed for use wet and dry spill pickup. This item is to be battery powered To be included: vacuum hose, cloth filter bag, paper filter bag, 2 batteries, battery charger Approximate Dimensions and Power: Dimensions: 33 in L x 21 in W x 43 in H Capacity: 16 gal Vacuum Hose Length: 10ft Power Requirements (battery charger): 115V Accessories/Configuration Options: Airflow at Orifice: 70cfm Water Life at Sealed Orifice: 70 Battery Run Time: 4 hrs continuous per charge Venting channels to aid in liner removal Filters: Cloth bag or paper bag, depending on application 2 casters, 2 wheels for maneuverability Construction Materials/Type: Chassis Construction: Rotationally molded polyethylene Operation and Maintenance Manuals Binders - Quantity (2) each for items identified above. Digital Copies - Quantity (1) each for items identified above. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On Site Point of Contact upon completion of delivery. DELIVERY Delivery will be in three phases: Phase 1 by 4/30/17; Phase 2 from 8/1/17 to 9/30/17; and Phase 3 from 10/1/17 to 11/30/17. The solicitation will provide the phasing plan and schedule. Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award. The Contractor shall contact the On Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On Site Point of Contact upon completion of delivery. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of delivery. The Contractor shall conduct a joint inspection with the On Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. ADMINISTRATIVE The solicitation will be issued as a Request for Quote (RFQ) conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business set-aside. The applicable NAICS code is 339994 with a size standard of 500 Employees. The solicitation will be issued on or about March 28, 2017 for approximately seven (7) calendar days. Offerors will be required to submit their quotes electronically via email. This notice is not a request for competitive offers. Questions of a technical nature will not be answered as part of this notice; however, all general questions may be submitted in writing to the issuing office via email at michelle.rhodes@va.gov. Telephone calls will not be accepted. The VA reserves the right to use only Federal Business Opportunities (FBO), via the internet, to provide notification of any amendments to this notice and the subsequent issuance of the solicitation. It is the contractor s responsibility to view FBO daily for any amendments to this notice and the subsequent issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0103/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0103 VA701-17-Q-0103_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3372707&FileName=VA701-17-Q-0103-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3372707&FileName=VA701-17-Q-0103-004.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: DELIVERY TO:;Eastern Colorado Health Care System;1700 N. Wheeling St.;Aurora, CO
Zip Code: 80045
 
Record
SN04449994-W 20170330/170328235158-2562b59401141c4eca56fb5b942b8044 (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.