Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

71 -- FURNITURE-ICU - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q1299
 
Response Due
8/11/2017
 
Archive Date
9/10/2017
 
Point of Contact
RAFAEL.RUIZ@VA.GOV
 
E-Mail Address
rafael.ruiz@va.gov
(rafael.ruiz@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 605-17-3-575-0513 VA262-17-Q-1299 07-21-2017 RAFAEL RUIZ 909-801-5785 08-11-2017 3PM PAC 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 100 X 337214 1000 Employees N/A X Department of Veterans Affairs 11201 BENTON ST LOMA LINDA CA 92357 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 See CONTINUATION Page See CONTINUATION Page X X VA262-17-Q-1299 Page 1 of Page 2 of 27 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 STATEMENT OF WORK 11 B.4 DELIVERY SCHEDULE 16 SECTION C - CONTRACT CLAUSES 18 C.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) 18 C.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) 18 C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) 19 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 24 ATTACHMENT 1- ICU I Salient Specifications 24 ATTACHMENT 2- Drawings 24 SECTION E - SOLICITATION PROVISIONS 25 E.1 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS 25 E.2 ADDENDUM TO 52.212-2- EVALUATION-COMMERICAL ITEMS 26 E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 27 VA262-17-Q-1299 Page 1 of Page 10 of 27 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Rafael Ruiz, Contracting Officer Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other-Upon Delivery [x] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM DESCRIPTION OF SUPPLIES QTY UNIT UNIT PRICE AMOUNT 0001 IOA (or equal) Model 110 Family Chaise Sleeper. Seated Position Dimensions: 89" wide, 34" Deep, 31" High, 76" S, 20"SD, 18" SH, 18" SH, 31" AH, Weight Capacity 1000 lbs. Vinyl Fabric TBD Grade 6 14.00 EA __________________ __________________ 0002 IOA (or equal) CAMA Model 110-T Task Side Table, 18"W x 26"D x 29"H 14.00 EA __________________ __________________ 0003 Stance (or equal) Gibralter Model SG330-L Series Patient Room Single Door Wardrobe. 25.5"W x 24"D x 68.5" H. Left Hinged uni t with interior shelf with rail. Laminate TBD w/curved pull. Powdercoat 14.00 EA __________________ __________________ 0004 Stance (or equal) Model SG110 Gibralter Series Patient Room Bedside Table. Special w/open area below drawer. Half shelf above top. Finishes TBD 14.00 EA __________________ __________________ 0005 Stance (or equal) Over the Bed Table with H Base and Hide-away Vanity. Model SG180. Thermal Foil top TBD 14.00 EA __________________ __________________ 0006 JRB Next Table (or equal) Rectangular Height Adjustable 96" W x 24" D Electric single surface with square edge and heavy stiffener. Electric height adjustment range "26-42" 7.00 EA __________________ __________________ 0007 Sit on it Amplify Task Chair (or equal)-High Back w/enhanced synchro control and higher cyliner height. Model 2723Y.A142.B3. Vinyl TBD with black frame/back 7.00 EA __________________ __________________ 0008 Mobile Pedestal/Cart for Nurse Alcoves-BBF-Manufacturer/finishes TBD 7.00 EA __________________ __________________ 0009 Innovative (or equal) Dual Monitor Arms, Model STX-600 7.00 EA __________________ __________________ 0010 Workrite Banana Board (or equal) Keyboard Tray LOCAL STOCK NUMBER: 228-22 7.00 EA __________________ __________________ 0011 JRB (or equal) Cable Sock for Cord Management LOCAL STOCK NUMBER: 24537-01-01 7.00 EA __________________ __________________ 0012 Sit on it (or Equal) Amplify Task Chair-High Back w enhanced synchro control, model 2723Y.A142.B3, Finishes TBD with Vinyl Grade 5 TBD 2.00 EA __________________ __________________ 0013 Innovative (or equal) Dual Monitor Arms, Model STX-600 Silver 2.00 EA __________________ __________________ 0014 Workrite (or equal) Banana Board Keyboard Tray, Model 228-22 2.00 EA __________________ __________________ 0015 Integra (or equal) Flair Lounge Chair with Hidden Casters, REcessed Pull in Back and Interior Table Arm on Right as seated, Cal 133, Seat and back Uphol Grade 5 TBD Vinyl, Leg Permacoat Finish color T 1.00 EA __________________ __________________ 0016 Integra (or equal) Flair Loveseat Hidden Casters, REcessed Pull in Back and Interior Table Arm on Right as seated, Cal 133, Seat and back Uphol Grade 5 TBD Vinyl, Leg Permacoat Finish color TBD, Table 1.00 EA __________________ __________________ 0017 Krug Zola (or equal) Freestanding Table 18"D x 15"H Model ZOL4 18D15 Finishes TBD 1.00 EA __________________ __________________ 0018 Krug (or equal) Cressida Starter Chair, 21"W, Calll 133, Vinyl Fabrics seat and back TBD Grade 5, Arms TBD. Model CRE2-SG210PS 1.00 EA __________________ __________________ 0019 Krug (or equal) Cressida Center Chair, 21"W, Cal 133, Vinyl Fabrics seat and back TBD Grade 5, Arms TBD. Model CRE2-CG210PS 1.00 EA __________________ __________________ 0020 Krug (or equal) Cressida End Chair,21" W Cal 133, Vinyl Fabrics seat and back TBD Grade 5, Arms TBD. Model CRE2-EG24OPS 1.00 EA __________________ __________________ 0021 Krug (or equal) Cressida Bariatric Chair 44" W Grade 5 Vinyl TBD, Cal 133, Model CRE2-SGG44 1.00 EA __________________ __________________ 0022 Krug (or equal) Zola 24" End Table 24" D x 15"H. Includes one "Cove" 2 Power/2USB Charging Unit, Model SPAZOL4-COVE LOCAL STOCK NUMBER: COV-R-2U-GW 1.00 EA __________________ __________________ 0023 Integra (or equal) Flair Lounge Loveseat, Vinyl fabrics TBD Grade 5 1.00 EA __________________ __________________ 0024 Integra (or equal) Flair Lounge Chair with Hidden Casters, Recessed Pull in Back and Tablet, Model FLAIR.1.S2L.S2R, Vinyl Fabrics Grade 5 TBD 5.00 EA __________________ __________________ 0025 Krus Zola Freestanding Occasional Table, 30" R x 18" H w/Laminte Top-Special Height. Includes one "Cove" 2 Power/2USB Charging Units, Finishes TBD, Top with electrical cut out, Model ZOL4 30D15S 1.00 EA __________________ __________________ 0026 Krug (or equal) Zola Occasional Table, 24" R x 15" H w/Laminte Top-Special Height. Includes one "Cove" 2 Power/2USB Charging Units, Finishes TBD, Top with electrical cut out, Model SPAZOL4-COVE 2.00 EA __________________ __________________ 0027 JRB Next (or equal) Complete Table Workcenter, Electric Adjustable Height, Left, Model NXCL2266244824E1S-MS-WA 7909-60-HM EDGE, Laminate W7909-60 Wilsonart Fusion Maple 6.00 EA __________________ __________________ 0028 JRB Next (or equal) Complete Table Workcenter, Electric Adjustable Height,Right, Model NXCL2482246624E1S-MS-WA 7909-60-HM EDGE, Laminate W7909-60 Wilsonart Fusion Maple 2.00 EA __________________ __________________ 0029 JRB (or equal) Cable Sock for Cord Management 6.00 EA __________________ __________________ 0030 JRB (or equal) Clamp on Modesty Screen, 66" x 16" HPL Laminate, Wilsonart Fusion Maple *Open Market* 2.00 EA __________________ __________________ 0031 Innovative (or equal) Dual Monitor Arms, Model STX-600 6.00 EA __________________ __________________ 0032 Workrite (or equal) Banana Keyboard Tray, Model 228-22 6.00 EA __________________ __________________ 0033 Teknion (or equal) 2 Drawer Lateral File 20" D x 30" W 3 high bookcase, 15" D x 30" W. Counterweights, Keyed in the 300 series, Master and Core key to be included and front to back file rails. Finish 2.00 EA __________________ __________________ 0034 Teknion Mobile BF Pedestal with cushion 22", Includes counterweight, series 300 keys. Finishes TBD 2.00 EA __________________ __________________ 0035 SW Fixtures Twin XL Platform Bed with Headboard, Nightstand and Desk. Nightstand 18"W x 20-24" D. Desk 24"D x 42"W. Design basis is Easton collection. Includes product and install by SW Fixtures, L 1.00 EA __________________ __________________ 0036 Metro Shelving Super Adjustable Mobile Units w/Casters (2 Swivel/2 Brake), 5 Shelves, Chrome 5.00 EA __________________ __________________ 0037 Teknion (or equal) Variable Stacking Guest Chair, 4 leg w/ casters for Hard Surface Floors, No arms, No Upholstern, Model NVRGJANN, Frame Platinum #7, Color Deep Verde TBD, Casters Silver 8.00 EA __________________ __________________ 0038 Special-T (or equal) Sienna Breakroom Table, 30" Sq. Fusion Maple Laminate on Casters matching edge, Metallic Silver frame, X base 2.00 EA __________________ __________________ 0039 JRB Next (or equal) Adjustable Height Tables for Touch Down stations 24"D x 42"W Worksurfaces w/3 Receptacle 2 USB Power clamp mounted on desk for easy access, Wilsonart 7909-60 Laminate with Silver 5.00 EA __________________ __________________ 0040 Innovative (or equal) Dual Monitor ARms, Model STX-600 5.00 EA __________________ __________________ 0041 Workrite (or equal) Banana Baord Keyboard Tray, Model 228-22 5.00 EA __________________ __________________ 0042 National (or equal) Wavewords 42x84 HPL Conference Top, Rectangle. Includes Panel Base Kit. Includes round Grommets left and right. Electrical/Data grommets included. Model WWN4284RT2L, Laminate F 1.00 EA __________________ __________________ 0043 Sit on it (or equal) Sona Conference Chair, Knit Back, Grade 5 Seat, Pull Silver Metallic, Silver Metallic base, Carpet Casters 10.00 EA __________________ __________________ 0044 First Office (or equal) Coact highback "Armless Lounge Chair w/round Post Let (standard), Model F7804-1-H, Fabrics and finishes grade 9 TBD, Ganging Brackets included 1.00 EA __________________ __________________ 0045 First Office (or equal) Coact highback "Armless Lounge Chair w/round Post Let (standard), Model F78042-1-H, Fabrics and finishes grade 9 TBD, Ganging Brackets included 4.00 EA __________________ __________________ 0046 First Office Ganging Brackets, Model F78GK 2.00 EA __________________ __________________ 0047 Special-T (or equal) Sienna X Table 30 x 42, Finishes TBD, Model SIEN-3042 3.00 EA __________________ __________________ 0048 Special T (or equal) X Table 24 x 30, Finishes TBD, Model SIEN-2430 1.00 EA __________________ __________________ 0049 Sit on it (or equal) Amplify Task Chair-Highback w enhanced synchro control, Model #2723&.A142.B3, Hard surface casters, Fabric Grade 5 vinyl w/silver frame, extended cylinder 10.00 EA __________________ __________________ 0050 Teknion (or equal) Mobile Pedestal, BF w/counterweight, Model LCMSBF22, Finishes TBD 4.00 EA __________________ __________________ 0051 Gunlocke (or equal) Molti Chair, Finishes features TBD, Grade 12 Fabric TBD 4.00 EA __________________ __________________ 0052 Ideal Lockers (or equal) 3000 - 2 Series, Model C Triple Tier, 12x18x72. Includes 4 sets of filler base and 20 degree sloed tops, 1.00 LT __________________ __________________ 0053 Installation during normal hours. Receive product in dealer warehouse, schedule delivery with Interior Design Dept and Install 1.00 JB __________________ __________________ 0054 Design & Project Management Fee 40.00 HR __________________ __________________ 0055 Krug (or equal) Cressida Pre-Configured 3 Seat Multiple Chair, 21"W, Cal 133, Grade 5 Vinyls TBD, Arms TBD 1.00 EA __________________ __________________ 0056 Teknion (or equal) Personal Tower w/ BBF and Open sides. 24" W, 24" Deep x 65.6 High, Two Shelves with locker on Right, Finishes TBD 6.00 EA __________________ __________________ GRAND TOTAL __________________ Page 17 of 27 B.3 STATEMENT OF WORK Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer, Furniture Dealer-Installer for field measure: Within 5 business days of award notification Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification Manufacturer provided shipping dates: Within 4 business days of selection of all colors, finishes, materials and fabrics for products purchased Whips: shall be delivered to the site 3 weeks before installation of furniture begins Installation of product: Coordinated with the COR. TBD. Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected. Product Delivery Location: Product is to be shipped to the dealer or installer s warehouse and delivered to the work space of the Client Agency s Delivery Address Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency Quote Preparation: Provide a complete technical submission detailing all of the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order; Cover Page: At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion. Administrative: Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years. Complete List of Items organized by room with item quantities and Warranty Information. See Pricing Sheet for a complete list of Base Bid items and Bid Options 1 & 2 required for this project. Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical area (workstation, private office, and other items) as needed to best depict proposed product(s) Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items ANSI/BIFMA: Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to Environmental: Environmental Testing Certificates labeled with the product(s) that it applies to Warranty: Warranty Certificates labeled with the product(s) that it applies to Teaming: Copy of teaming agreement(s) with any vendors or manufacturers Non-Obsolescence: Non-Obsolescence policies labeled with the product(s) it applies to Installation Plans and Sample Submittals: The Awarded Vendor is required to do the following: Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation. Verify dimensions to ensure that specified furnishings will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings Notify the VA Interior Designer of any data, telephone or power device and thermostat locations, which will not be accessible or usable when furniture is installed; and details of keying of locks Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation Provide AutoCAD files of installation plan to the Interior Designer on CD Rom Have a project coordination meeting with the Interior Designer to select the furniture finishes. When selections have been made the Awarded Vendor shall provide the Interior Designer or designated VA Representative two sets of the selections made for their records and to provide to the client agency. Meetings: The Awarded Vendor shall attend furniture meeting(s), as requested, with the VA and other contractors for coordination purposes. Permits and Building Access: The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site. Personnel Requirements: The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property Installation: Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all furniture product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for Office Furniture (71) Power Whips and or Poles: The Awarded Vendor is not responsible for providing an electrician or providing data or telephone cabling for the furniture installation. VA will provide a licensed electrician to connect the "whips" (power/cable feeds) from the building conduit and wall box to the furniture systems. The Awarded Vendor shall provide drawings indicating locations for wall connections and the number of circuits required for each. The Contractor shall arrange for the delivery of all required workstation power whips to the building sites 3 weeks prior to the commencement of furniture delivery and installation The Awarded Vendor is responsible for installing and verifying the operating use of all outlets and connections within the furniture systems from the whip and throughout the furniture systems installation. They shall notify the COR and the electrical contractor who provided the connection of the "whips" of any devices within the work stations which fail to work. This coordination shall take place prior to request for final review and acceptance of a completed area. Failure of any devices shall be cause to stop the review until the work is complete. Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall at all times keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed on a daily basis to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction Furniture Cleaning: The Contractor shall clean and dust furniture surfaces inside and out with a spray cleaner upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the office space for occupancy and immediate ( Turn-Key of Furniture) use Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, is not authorized and will not be reimbursed. In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering. Inspection and Acceptance: The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted Final acceptance of the project will be determined by the VA COR Roles and Responsibilities: Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to take action on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives. The Contracting Officer Representative (COR) responsibilities include: Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel Advising the CO of any factors, which may cause delay in performance of the work Requesting modifications to the contract when required Recommend approval to Contracting Officer for requests for payment Provide coordination with the client agency and access and use to the building for the Awarded Vendor. B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 14.00 0002 14.00 0003 14.00 0004 14.00 0005 14.00 0006 7.00 0007 7.00 0008 7.00 0009 7.00 0010 7.00 0011 7.00 0012 2.00 0013 2.00 0014 2.00 0015 1.00 0016 1.00 0017 1.00 0018 1.00 0019 1.00 0020 1.00 0021 1.00 0022 1.00 0023 1.00 0024 5.00 0025 1.00 0026 2.00 0027 6.00 0028 2.00 0029 6.00 0030 2.00 0031 6.00 0032 6.00 0033 2.00 0034 2.00 0035 1.00 0036 5.00 0037 8.00 0038 2.00 0039 5.00 0040 5.00 0041 5.00 0042 1.00 0043 10.00 0044 1.00 0045 4.00 0046 2.00 0047 3.00 0048 1.00 0049 10.00 0050 4.00 0051 4.00 0052 1.00 0053 1.00 0054 40.00 0055 1.00 0056 6.00 VA262-17-Q-1299 Page 1 of Page 21 of 27 Page 1 of SECTION C - CONTRACT CLAUSES C.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14 Limitations on Subcontracting. Accordingly, any contract resulting from this solicitationwill include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. C.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (NOV 2016) of 52.219-9. [] (iii) Alternate II (NOV 2016) of 52.219-9. [] (iv) Alternate III (NOV 2016) of 52.219-9. [] (v) Alternate IV (NOV 2016) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [X] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. [] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). [] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (40)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (41)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (43)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [X] (48) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (50) 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (56) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (58) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). [] (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). [] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (11) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vi) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xii)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xxi) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) VA262-17-Q-1299 Page 1 of Page 24 of 27 Page 1 of FAR Number Title Date 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS JAN 2017 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS ATTACHMENT 1- ICU I Salient Specifications ATTACHMENT 2- Drawings VA262-17-Q-1299 Page 1 of Page 27 of 27 Page 1 of SECTION E - SOLICITATION PROVISIONS E. 1 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS All offers must be in writing via e-mail and received no later than 3:00PM Pacific Time on Friday August 11, 2017. Offers must be sent to Rafael.Ruiz@va.gov A mandatory walkthrough will be held Friday August 4, 2017 at 9am at the following address: Department of Veterans Affairs 11201 Benton St Main Lobby Loma Linda, CA All interested contractors must attend. Offers from those not in attendance will not be considered for award. Offerors shall submit one copy of the electronic SF1449 solicitation document with all fill-ins completed through Microsoft Word or Microsoft Word Compatible software. Offerors should thoroughly review the specifications of the solicitation and be familiar with the requirements of the solicitation prior to submitting offers in order to be fully aware of the scope of supplies and services required. Failure to do so will not relieve the successful Offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The Government shall not reimburse any cost not incorporated into the Offeror s price. Federal Acquisition Regulations (FAR) requires all Offerors conducting business with the Government to be registered in an online database: The System for Award Management (SAM) Government-wide online database for the provision of basic information and Online Representation and Certifications relative to awards. https://www.sam.gov. For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form SF 3881 (Attachment D) and submit to the VA Finance Center in Austin, Texas. If already completed with other procurement actions, disregard this section. Offeror s shall not make any changes to this solicitation document, its terms, or its conditions excluding fill in boxes. Any changes made to this solicitation without the express written authorization of the CO may result in the immediate termination of an awarded BPA, Task Order or Delivery Order without compensation of costs to the offeror. In addition, any changes made without the express written permission of the Contracting Officer may result in a non-responsive offer from the offeror resulting in exclusion from this solicitation proceeding at the sole discretion of the CO. Offeror s shall complete the attached schedule in full and contain either a price or n/a for items that the offeror is unable to provide. E.2 ADDENDUM TO 52.212-2- EVALUATION-COMMERICAL ITEMS The following factors shall be used to evaluate offers and are in descending order of importance: Completed Schedule (section B.2) including Brand Name Only (exact match) equipment. Price Factor 1 Brand Name Only (exact match) equipment: The prospective contractor shall submit a completed schedule (section B.2). See section B.2 for part numbers, descriptions, etc. No equals shall be accepted. Responses shall be for exact match equipment only. Factor 2 Price: Offerors shall submit their price using the attached schedule.   The price quote shall be specific, and complete in every detail. Method of Award: Award will be made to Offeror(s) on the basis of lowest price and shall be based on the Offeror s ability to provide the supplies and services listed in the Description/Specification/Work Statement, and the evaluation factors listed above. Only Factors will be evaluated.   (End of Provision) E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) MAR 2012 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS JAN 2017 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER JUL 2013 52.233-2 SERVICE OF PROTEST SEP 2006 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JUL 2016 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION JAN 2008 852.233-71 ALTERNATE PROTEST PROCEDURE JAN 1998 852.233-71 ALTERNATE PROTEST PROCEDURE (MAY 2010) NOTE MAY 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q1299/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-1299 VA262-17-Q-1299_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677456&FileName=VA262-17-Q-1299-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677456&FileName=VA262-17-Q-1299-000.docx

 
File Name: VA262-17-Q-1299 ICU I Salient Specifications Attachment B.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677457&FileName=VA262-17-Q-1299-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677457&FileName=VA262-17-Q-1299-001.docx

 
File Name: VA262-17-Q-1299 Drawings.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677458&FileName=VA262-17-Q-1299-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677458&FileName=VA262-17-Q-1299-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04590513-W 20170723/170721235448-4f1af4f75fd39f3ecd00344307921f0a (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.