DOCUMENT
71 -- U-Desks with Hutchs and Chairs - Attachment
- Notice Date
- 9/7/2017
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0470
- Response Due
- 9/13/2017
- Archive Date
- 10/13/2017
- Point of Contact
- Tina Angela Brooks, tina.brooks@va.gov
- E-Mail Address
-
tina.brooks@va.gov
(tina.brooks@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 10 VA VA101V-17-Q-0470 09-07-2017 Tina Angela Brooks (202) 461-9098 09-13-2017 1500 Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition (20MA) 1800 G Street NW Washington DC 20006 X 100 X 337214 1000 Employees N/A X Addresses provided in Statement of Work Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition (20MA) 1800 G Street NW Washington DC 20006 All invoices must be emailed to: linda.hatfield@va.gov cc: tina.brooks@va.gov See CONTINUATION Page 0001-0003 U-Desks with Hutches and Chairs (See Section B.2 Statement of Work (SOW) & Section B.3 Price/Cost Schedule for details) QUOTE SUBMISSION INSTRUCTIONS: a) Quotes are due no later than 3:00PM EST 09/13/2017 b) Quotes must be emailed to: tina.brooks@va.gov c) Quotes must contain the following information on the front first page: 1) Company Name and full address with zip code 2) Company point of contact with direct phone number and email address. 3) Company DUNS number, GSA contract number, CAGE number 4) All open market items are to be clearly labeled as open market. d) Please provide your best and final quote including discounts in the price. This is a SDVOSB total set aside solicitation. All vendors must be registered in VETBIZ VIP to be considered for this solicitation. See CONTINUATION Page 317-309600-3126 000034000 0151A1 2017 X X Tina Angela Brooks VBA15L1-4395 VA101V-17-Q-0470 Page 1 of Page 2 of 10 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 STATEMENT OF WORK (SOW) 4 B.3 PRICE/COST SCHEDULE 6 ITEM INFORMATION 6 B.4 DELIVERY SCHEDULE 7 SECTION C - CONTRACT CLAUSES 8 C.1 FSS RFQ INTRODUCTORY LANGUAGE 8 C.2 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 8 C.3 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 9 C.4 VAAR 852.246-70 GUARANTEE (JAN 2008) 10 VA101V-17-Q-0470 Page 1 of Page 3 of 10 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: Contracting Officer 36C10E Tina Angela Brooks Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition (20MA) 1800 G Street NW Washington DC 20006 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 [X] Upon delivery, installation, inspection and acceptance 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. All invoices must be emailed to: linda.hatfield@va.gov cc: tina.brooks@va.gov ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Page 1 of 5 Page 5 of 10 B.2 STATEMENT OF WORK (SOW) Introduction/Background Furniture is requested at two military bases. Both MSC offices have furniture that is 17 years old and require replacement. This work is located at the Jacksonville NAS, FL 32212, Bldg. 554, Keily St., Room 159, Jacksonville NS, FL 32212 and Mayport NS, FL 32228, Bldg., 1333, Baltimore St., Room 108. Contractor work shall be scheduled during normal building operations. Normal operational hours for the facility are from 8:30 am to 4:00 p.m. Monday through Friday. Government Point of Contact All work is to be coordinated with the VA Regional Office (VARO), 9500 Bay Pines Blvd., St. Petersburg, FL. The VA Project POC is Linda Hatfield and can be reached by telephone at 727-319-5984. Scope of Work Delivery Address: Naval Air Station (NAS) Jacksonville Bldg. 554 Keily Street, Room 159 Jacksonville NS, FL 32212 Attention: Byron Hodges, phone number: 904-573-6312 Items to be delivered 1 each Bordeaux Cherry/Granite U-Desk 72"Wx93"Dx31"H Melamine laminate, surfaces 1" thick, Full pull drawers and full extension slides, wire management grommet holes on desk sides 1 each Hutch 72'Wx13"Dx36"H (Same as U-Desk) 1 each Conference Chair 22'Wx20"Dx18-22"H (seat), 27"Wx28"Dx42-46H (overall). Tufted Black faux leather on 4 ½ memory foam seat, back and arm pads. Espresso wood frame. Color: Pepper/Black Delivery Address: Mayport Naval Station (NS) Bldg. 1333 Baltimore Street Suite 108 Mayport NS, FL 32228 Attention: Jack Phillips, phone number: 904-270-7571 Items to be delivered: 1 each Bordeaux Cherry/Granite U-Desk 72"Wx93"Dx31 "H Melamine laminate, surfaces 1" thick, Full pull drawers and full extension slides, wire management grommet holes on desk sides 1 each Hutch 72'Wx13"Dx36"H (Same as U-Desk) 1 each conference Chair 22'Wx20"Dx18-22"H (seat), 27'Wx28"Dx42-46H (overall). Tufted Black faux leather on 4 ½ memory foam seat, back and arm pads. Espresso wood frame. Color: Pepper/Black General This project calls for the delivery, installation and removal of old furniture and dunnage from two locations. The installation includes two U-Desks, two hutches and two conference chairs. Drivers will need to be met at the gate by customers in order to enter the military base. Contact names and phone numbers for each location are provided. Additional Information: Location Bdlg. 554, Keily St., Room 159 and Bldg. 1333, Baltimore St., Ste. 108 are ground level office buildings on the Naval Air Station that do not have a loading/receiving dock, or freight elevator. Delivery will require clearance through the main gate of military installation. An appointment for delivery installation is required and should be completed during the hours of 8:30 am and 4:00 pm, Monday - Friday. Installation: General duties and requirements to be fulfilled by the Contractor are as follows: The Contractor shall provide full-time on-site management, coordination, and technical assistance. All furnishings are to be installed per the approved manufacturer s specifications. All warranties must be protected at all times. Recycling and Trash Removal: Unless otherwise approved in writing by the CO as part of the Contractor s recycling plan, the Contractor shall remove all packing material, debris, and cartons from the job site. The Contractor shall dispose of recyclables, trash, and packing materials from the installation site. For example, no recyclables, trash, or packing materials shall be disposed of or discarded in facility-provided recycling or trash containers or dumpsters. Safety and Health All work shall comply with the applicable requirements of 29CFR 1910/1926 and 40CFR 761. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work. The Contractor shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness or death. The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Product Number: U-Desk 72'Wx93"Dx31"H Bordeaux Cherry/Granite, Melamine Laminate, surfaces 1"thick, Full pull drawers and full extension slides, wire management grommet holes on desk sides. 2.00 EA __________________ __________________ 0002 Product Number: Hutch 72"WX13"DX36"H Bordeaux Cherry/Granite, Melamine Laminate, surfaces 1"thick. 2.00 EA __________________ __________________ 0003 Product Number: Conference Chair 22"Wx20"Dx18-22"H (seat). 27"Wx28"Dx42-46"H (overall). Tufted Black Faux leather on 4 1/2" memory foam seat, back and arm pads. Espresso wood frame. Color: Pepper/Black 2.00 EA __________________ __________________ GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0003 SHIP TO: See SOW for delivery directions 6.00 30 ARO VA101V-17-Q-0470 Page 1 of Page 10 of 10 Page 1 of SECTION C - CONTRACT CLAUSES C.1 FSS RFQ INTRODUCTORY LANGUAGE The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence. C.2 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) FAR Number Title Date 852.203-70 COMMERCIAL ADVERTISING JAN 2008 C.3 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.4 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of in accordance with industry standards, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) FAR Number Title Date 852.246-71 INSPECTION JAN 2008
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0470/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0470 VA101V-17-Q-0470_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781608&FileName=VA101V-17-Q-0470-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781608&FileName=VA101V-17-Q-0470-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0470 VA101V-17-Q-0470_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781608&FileName=VA101V-17-Q-0470-001.docx)
- Record
- SN04666481-W 20170909/170907232615-90192a108111ae7a4a2b8c84229a6df2 (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 |