Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2017 FBO #5696
DOCUMENT

65 -- INSTALL 3-PANEL AUTOMATIC DOORS - Attachment

Notice Date
6/26/2017
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24717Q0503
 
Response Due
7/12/2017
 
Archive Date
9/10/2017
 
Point of Contact
Joseph Locke
 
E-Mail Address
6-4000,
 
Small Business Set-Aside
N/A
 
Description
The Department of Veteran Affairs, Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 has a requirement for the installation of 3 panel doors. The Government expects to award to a single contractor a contract which shall be Firm Fixed Price with a firm quantity and no option years. This requirement is being set-aside for Small Business participation only. NAICS code for this requirement is 561621 with a small business size of 250 employees. Only offers from those firms regularly established in the business of providing this type of equipment will be considered. Subcontracting will not be allowed. All responsible sources may submit a proposal, which shall be considered. Any and all questions regarding this solicitation must be in writing and must include telephone number, fax number and point of contact to Attn: Joseph Locke, Contracting Officer, joseph.locke@va.gov Please see solicitation for additional information regarding this requirement. Set-Aside: Service Disabled Veteran Owned Small Business (SDVOSB) Contracting Office Address: Department of Veterans Affairs, W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209-1639 Place of Performance: Department of Veterans Affairs, W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209-1639 Point of Contact: Joseph Locke Contracting Officer Joseph.locke@va.gov Statement of Work Remove & Replace Doors in Building 22 and 103 1. REQUIREMENT: This requirement is for the removal and replacement of two doors (one in Building 22, and one in Building 103). 2. BACKGROUND: There is a need to remove two doors, one in Building 22 (2nd Floor, North Wing), and one in Building 103 (2nd Floor from the courtyard into the hallway). Both doors are to be removed and replaced with telescoping 3-panel automatic sliding doors. 3. PERIOD OF PERFORMANCE: The period of performance shall be 5 Days After Receipt of Order (ARO). All work to be performed during normal business hours (7:00 AM to 4:30 PM, excluding weekends and federal holidays. 4. PLACE OF PERFORMANCE: The place of performance shall be WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 in Building 22 and Building 103 5. PERFORMANCE REQUIREMENTS: The contractor shall provide labor and material to remove existing door and frame in Building 22 (2nd Floor, North Wing), and install one telescoping 3-panel automatic sliding door having a net opening of 42 and an emergency breakaway opening of 71 (15 greater than present emergency breakaway opening = 56 ). Finish color to be dark bronze anodized with ¼ clear tempered glass. Door to be installed shall be Nabco 1175 telescoping 3-panel RH sliding automatic door with transom. Work to include all glass, consumable supplies and materials necessary for door installation. The contractor shall provide labor and material to remove existing door and frame in Building 103 (2nd Floor from Courtyard into Hallway), and install one telescoping 3-panel automatic sliding door with transom and automatic locking. Unit to have dark bronze anodized finish with ¼ bronze tempered glass. Door to be installed shall be Nabco 1175 telescoping 3-panel automatic sliding door with automatic locking and transom. Work to include all glass, consumable supplies and materials necessary for door installation. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:               Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Basis of Award Project: DOORS A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose proposal conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Meet or Exceed Stated Specifications within the Statement of Work (SOW). Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s proposed price and the government s independent cost estimate. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. If, during evaluation, it is determined that discussions are necessary, offerors Final Proposal Revisions (FPR) after discussions will be considered in making the source selection decision. Each factor will be scored as Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the SOW and the stated evaluation criteria. Each proposal is evaluated using the same standards. Proposals will be ranked by price first then evaluated for technically acceptable. If, the low priced proposal is found to be technically acceptable the evaluation process stops no other proposal will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable proposal. If no proposal is technically acceptable the government will make a determination to re-solicit Lowest Price, Technically Acceptable Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror s proposal meets the performance and technical capability requirements defined in the Specifications. NOTE: Once the proposals have been determined to be technically acceptable, award will based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. Non- Cost/Price Factors Offerer Technically Acceptable REGISTERED IN SAM REGISTERED IN VIP AS AN SDVOSB MEET OR EXCEED STATED SPECIFICATIONS PRICE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24717Q0503/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-Q-0503 VA247-17-Q-0503_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3613180&FileName=VA247-17-Q-0503-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3613180&FileName=VA247-17-Q-0503-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04557738-W 20170628/170626234902-8d579f18a4c540d67f66b4e1fb797553 (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.