DOCUMENT
71 -- COUNTER REPAIR - Attachment
- Notice Date
- 7/7/2017
- Notice Type
- Attachment
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24717Q0738
- Response Due
- 7/17/2017
- Archive Date
- 10/24/2017
- Point of Contact
- DARIUS CRANE
- E-Mail Address
-
Contract Specialist
(darius.crane@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of Page 1 of 9 Page 1 of 9 Solicitation Number: VA247-17-Q-0738 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-17-Q-0738 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 337211, with a small business size standard of 1,000 employees. (v) This requirement consists of the following brand name OR equal item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 CHECK IN DESK REPAIR PARTS, BASEPLATE, 24" LOCAL STOCK NUMBER: N/A 11.00 EA __________________ __________________ 0002 CHECK IN DESK REPAIR PARTS, BASEPLATE, 48" LOCAL STOCK NUMBER: N/A 5.00 EA __________________ __________________ 0003 CHECK IN DESK REPAIR, BASEPLATE 18" LOCAL STOCK NUMBER: N/A 2.00 EA __________________ __________________ 0004 CHECK IN DESK REPAIR PARTS, END CAP MOUSE HOLE COVER LOCAL STOCK NUMBER: N/A 14.00 EA __________________ __________________ 0005 CHECK IN DESK REPAIR PARTS, END CAP, 3-WAY LOCAL STOCK NUMBER: N/A 2.00 EA __________________ __________________ 0006 CHECK IN DESK REPAIR PARTS, PANEL W/FABRIC LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ 0007 CHECK IN DESK REPAIR PARTS, TRIM, FINISHED END RUN TRIM PIECE LOCAL STOCK NUMBER: N/A 3.00 EA __________________ __________________ 0008 CHECK IN DESK REPAIR PARTS, WORKSURFACE, 48" X 18" LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ 0009 CHECK IN DESK REPAIR PARTS, CANTILEVERED SUPPORT, RIGHT LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ 0010 CHECK IN DESK REPAIR PARTS, CANTILEVERED SUPPORT, LEFT LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ 0011 FILE PEDESTALS, BBF WITH LOCK LOCAL STOCK NUMBER: N/A 2.00 EA __________________ __________________ 0012 INSTALLATION LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ GRAND TOTAL __________________ Specific features: Brand Name or Equal New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. STATEMENT OF WORK Scope of Work: The Contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The work includes supply of furniture selections and installation that will repair and furnish specific damaged parts at the first floor Specialty Check-In Desk located in the VAMC located at 109 Bee Street, Charleston, SC 29401. All furniture and details of project is specified in this document under Specifications. The Contractor shall remove damaged parts associated with this repair and all packing materials and dispose of them off-site. Location: Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29401 D106 First Floor Specialty Clinic Check-in Period of Performance: The installation is to start within (30 days) of award/review and agreement per all parties and the delivery and installation will be completed within 24 hours (1 day) from onset of installation. The Contractor will provide the specified furniture with delivery and installation after normal business days, Monday through Friday, or as agreed by the Contractor and the Government. Shall the Contractor propose an earlier completion date, and the Government accepts the Contractor s proposal, the Contractor s proposed completion shall prevail. The Contractor s work shall not take place at the Government site on Federal Holidays unless directed by the CO. Deliveries shall be made through employee and service entrances. Type of Contract: The project dictates to match existing product Brand name or equal to match Steelcase Avenir product which is no longer available. CONTRACT AWARD MEETING There will not be a kick off meeting, for this contract. GENERAL REQUIREMENTS The Contractor shall provide in writing a delivery and installation schedule. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 3 calendar days from the date of receipt. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The Contractor shall provide the specific deliverables described below within the performance period stated in Section A.2 of this SOW. The Contractor shall install all furniture per specification and assemble as much as possible before delivery. The COR is to be present onsite for guidance to installers. If there is any discrepancy during this project the VHA CO and COR must be consulted for direction prior to any advancement being taken by the Contractor. Task One: The Contractor shall provide a detailed work plan and briefing for the VA project team, which presents the Contractor's plan for completing the task order. The Contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. Deliverable One: A detailed work plan and scheduling. SCHEDULE FOR DELIVERABLES If for any reason any deliverable cannot be delivered within the scheduled time frame, the Contractor is required to explain why in writing to the VHA CO, including a firm commitment of when the work shall be completed. This notice to the VHA CO shall cite the reasons for the delay, and the impact on the overall project. The VHA CO will then review the facts and issue a response, in accordance with applicable regulations. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the VHA CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of parties other than the VHA CO shall be borne by the Contractor. QUOTE FORMAT: The quote shall be submitted with all fees such as handling, and delivery listed as separate line items. GOVERNMENT RESPONSIBILITIES The government will provide access to the facilities. The Contractor s installer will deliver to the specific rooms via elevators and/or stairs. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the Contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the VHA CO and COR at the conclusion of the task order. The VHA CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the Contractor. Any request for information relating to this task order, presented to the Contractor, shall be submitted to the VHA CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the VHA CO. SCHEDULE OF DELIVERABLES Winning Contractor shall provide a tentative delivery date within 3 working days of the project review. SPECIFICATION All parts shall be Steelcase Avenir, Finish: Quarry Mica, Grade 3 or approved equal: Parts to Repair damaged panels: 1. Baseplate: 24 long, Quan: 11 2. Baseplate: 48 long, Quan: 5 3. Baseplate: 18 long, Quan: 2 4. End Cap: mouse hole cover, Quan: 14 5. End Cap: 3-way, Quan: 2 6. Panel: with fabric: Quan: 1 7. End Run Trim Piece: 65 high, Quan: 3 8. Worksurface: Size: 48 x 18, closest match to 2819, Quan: 1 9. Cantilever support leg, right, Quan: 1 10. Cantilever support leg, left, Quan: 1 11. File pedestals, Quan: 2 -END SOW- (vi) The items for this solicitation are to be delivered to: DELIVER TO: Suzette Poletti 109 Bee Street Charleston, SC 29401-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE June 17, 2017 at 11:00 AM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place ATTENTION: COUNTER REPAIR_VA247-17-Q-0738 in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone: (843) 789-6528 Fax: 843-789-6406
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717Q0738/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-Q-0738 VA247-17-Q-0738.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3642137&FileName=VA247-17-Q-0738-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3642137&FileName=VA247-17-Q-0738-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-Q-0738 VA247-17-Q-0738.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3642137&FileName=VA247-17-Q-0738-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
- Zip Code: 29041
- Zip Code: 29041
- Record
- SN04571490-W 20170709/170707235700-5007050194a9a4f84bf5abb9aba395a3 (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 |