Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
DOCUMENT

65 -- Custom Built Salad Bar - Attachment

Notice Date
8/30/2017
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Service Area Office (SAO) Central;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25017Q1103
 
Response Due
9/13/2017
 
Archive Date
10/13/2017
 
Point of Contact
Stacy Massey
 
E-Mail Address
8-6511x3135<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-1103 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-94 & 2005-95. The associated NAICS code is 333318, Other Commercial and Service Industry Machinery Manufacturing. This is a 100% set aside for a Veteran-Owned Small Business (VOSB). SCOPE Contractor shall remove and dispose of the existing refrigerated display case and provide and install a new custom built salad bar. The custom-built salad bar will need to fit in preexisting space and match existing equipment. See attachment for picture. SPECFIC TASKS Task 1 Removal - Contractor to supply all labor and materials to remove and dispose of existing salad bar from the building. Task 2 Installation of custom built salad bar to existing utilities 1) Deliver all material and equipment to the Dayton VAMC. Contractor to incur all labor and shipping costs for this subtask, 2) Contractor shall install new salad bar and hook into existing plumbing and electrical. Contractor shall be responsible for any modifications needed to tie into existing plumbing and electric services. Electrical - Contractor shall be a licensed electrician. Contractor is responsible for all electrical install and hookups needed for the new equipment. Plumbing - Contractor shall be a licensed plumber. Contractor is responsible for all plumbing install and hookups needed for the new equipment. REQUIREMENT Description Custom built Salad Bar (approx. dimensions 54 wide x 36 deep x 37 high) All requirement descriptions below state desired functionality. The dealer will be responsible to determine what additional components, hardware, etc. will be necessary to deliver a fully functional system. This includes mounting hardware, racks, cables, and any other item that may be necessary but is not specifically mentioned. Offers will be evaluated for completeness and quality. SALIENT CHARACTERISTICS 14-gauge stainless steel top with 1 refrigerated cold pan One full length, 12" wide tray slide constructed of 3cm Caesarstone Copper Canyon #9480 Refrigerated base to be constructed of 18-gauge stainless steel with bottom shelf and hinged louvered doors Counter front to have 3/4" plywood panels covered with Wilsonart Biltmore Cherry #7924-07 laminate Unit to sit on 6" high metal base front and 6" adjustable legs at rear Counter to be wired to an electrical junction box with cord and plug Above top, provide full length sneeze guard constructed of stainless steel tubing and 1/4" glass with polished edges Include LED lighting NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). The Contractor shall deliver the equipment, FOB Destination. Delivery/Installation shall begin within sixty (60) calendar days ARO, work shall be completed no later than 10 calendar days after the start date. PLACE OF PERFORMANCE Work shall be accomplished at Dayton VA Medical Center, Building 410 - Café, 4100 West Third Street, Dayton, OH, 45428. NO DROP SHIPMENTS TO SITE No product for this solicitation shall be drop shipped directly to the project site. All deliveries shall be made by the winning bidder to their warehouse and delivered to the facility (project site) at the time of installation. INSTALLATION This installation shall be conducted during normal business hours. This installation time shall fall between Monday at 8:00am (start time) through Friday at 5:00pm. This work must be prearranged and can be coordinated through the person designated by the Contracting Officer to be responsible for surveillance of Contractor performance. INSTALLER/INSTALLATION REQUIREMENTS Installer Requirements: Furnish proof of familiarity with equipment to be installed. All products shall be installed by manufacturer-certified installers. Contractor shall employ their own installation teams to ensure requirements are met in every aspect of the project. The installation teams shall be comprised of people familiar with and well trained in the products being supplied. Provide competent installation supervision of installation personnel. An Installation Supervisor shall be on site during entire installation at all times. Installation Requirements: The scope of work includes, but is not limited to: provision of custom built salad bar, delivery and installation. The contractor shall not be alone in the designated installation space and shall be escorted by a VA employee at all times unless all VA badging procedures have been met. Contractor shall provide all necessary materials, equipment, labor, supervision, management and manufacturer s representation to: (1) coordinate pick/up at vendor warehouses; (2) load and unload; (3) place/install in designated area; (4) assemble items as required; (5) secure and store, as designated; and (6) properly dispose of all associated packing/crating materials. Contractor shall sign off on the condition of the space at the start of the installation and be responsible for any damages incurred during installation. Contractor shall provide all proper protection for all building surfaces during installation (flooring, walls, casework, etc.). Contractor shall remove debris and packing materials from the site in accordance with LEED guidelines at the end of each work day. Contractor shall be responsible for containing any rubbish/waste generated by the work force or material delivery at the end of each day. At completion of installation, inspect all products for proper operation/defects and perform a final cleaning of all work areas. Installation shall occur on Government property. Vendor representatives and installers shall comply with VA guidelines for security, safety, and health requirements while on Government property Quality Assurance: A technical representative will be appointed by the Contracting Officer to provide technical assistance to the Contracting Officer in the administration of the contract. This responsibility involves surveillance of contractor performance and accordingly, evaluation and certification of contractor performance for payment purposes. SUBMIT (Required with Quote) Contractor shall provide the following submittals: New salad bar design drawings Estimated completion time Quote SPECIAL INSTRUCTIONS A site visit will be held September 8, 2017, at 9:00am. We will meet in the lobby of the Dayton VA Medical Center and walk to the place of performance; Dayton VA Medical Center, Building 410 - Café, 4100 West Third Street, Dayton, OH, 45428. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards EVALUATION CRITERIA/ SUBMISSION OF OFFER Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Lowest Price Technically Acceptable to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes shall be sent by e-mail only to: stacy.massey@va.gov no later than 4:00 pm ET, September 13, 2017. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to: stacy.massey@va.gov no later than 4:00 pm ET, September 11, 2017. Questions received after the specified date and time will not be considered. *NOTE* VOSB must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-11 Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Veteran-owned Small Business (VOSB) concerns shall not be considered and will not be evaluated. ATTACHMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q1103/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-1103 VA250-17-Q-1103_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3766066&FileName=VA250-17-Q-1103-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3766066&FileName=VA250-17-Q-1103-001.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: Department of Veterans Affairs;Dayton VA Medical Center;Building 410, Cafe;4100 West Third Street;Dayton, OH
Zip Code: 45428-9000
 
Record
SN04655330-W 20170901/170830233143-07305a0148e7b714f0b94bc4d4f1b859 (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.