Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2018 FBO #6100
DOCUMENT

75 -- White-marker boards, Magazine racks, Tack boards - Attachment

Notice Date
8/4/2018
 
Notice Type
Attachment
 
NAICS
339940 — Office Supplies (except Paper) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618U0119
 
Response Due
8/8/2018
 
Archive Date
11/6/2018
 
Point of Contact
Debra James
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
White-Marker boards, Magazine racks, Tack boards Southeast Louisiana Veterans Health Care System New Orleans, LA 70119 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR 12.6) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No gray market items are allowed please submit your authorized distributor letter no pass throughs are allowed. Please submit a copy of the authorized distributor s letter from the manufacturer to verify that the vendor is an authorized distributor of the product/service they are providing. Solicitation number 36C25618U0119 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. Offers are due no later than August 8, 2018 by 12:00 p.m., Central Local Time (CST), New Orleans, LA. This solicitation is set aside 100 % for Service Disabled Veteran Owned Small Businesses. 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Small Business to provide all labor, equipment, tools, and materials needed to install new shelving units in the offices of the OR at the SLVHCS. This acquisition is Set Aside 100% Service Disabled Veteran Owned Small Business. NOTE: All documentation submittal due times are Central local time (New Orleans, Louisiana). SECTION A. SUPPLEMENTAL INFORMATION TO OFFERORS SECTION B STATEMENT OF WORK/ Price and Cost Schedule SECTION C CLAUSES/PROVISIONS SECTION D ATTACHMENTS EXCEL LIST OF MARKER BOARDS TACKBOARDS AND SITE PLAN SECTION E EVALUATION FACTORS SECTION A SUPPLEMENTAL INFORMATION TO OFFERORS 2. The Statement of Work within this solicitation is a non-negotiable document. Offers/quotes shall not include edits, revisions, additions, deletions, alterations, or track change comments to the Statement of Work. 3. NAICS code is 339940. The small business size standard is 750. 4. Contract Type and Period of Performance: Upon award, contract will be a Firm Fixed Price contract. The contract will consist of Contract Line Items (CLINs) for White-marker boards, Magazine racks, tack boards and to provide and install all listed accessories for the SLVHCS. Contractor shall install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. Please read the Statement of Work in its entirety and the price/cost schedule for the quantities. 5. Compensation for Services Rendered: Please include your pricing in the Price/Cost Schedule Section B. Quotes shall include a total Firm Fixed Price for CLIN 0001 thru CLIN 0011 per Section B.2, Price/Cost Schedule. 6. Invoicing Procedures: Offeror to submit invoices in arears after completion of all work and deliverables. Please see completed list of all items within the Price/Cost Schedule. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures. 7. System for Award Management (Sam) Registration/Contractor Responsibility All Contractors are required to be actively registered in the System for Award Management (SAM). (SAM Website: www.sam.gov). Registration in SAM is a requirement to do business with the Federal Government and registration in SAM shall be maintained throughout the performance of the contract. 8. Modifications: Contracting Officers within the networking contracting office issuing the contract, only, may issue modifications to the contract. Distribution will be made via email. No hard copies will be distributed. 9. Please note the requirements of FAR provision 52.212-3. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due. 10. Working hours are between 08:00 am 04:30 pm, Monday through Friday. All federal holidays excluded. Any work outside of normal working hours must be pre-approved by the CO and COR. Federal holidays are available at the Federal Holiday OPM Site. 11. Proposal Total Firm Fixed Price: 12. Solicitation Questions The specific requirements for this solicitation are outlined in the Statement of Work. Questions concerning this solicitation shall be submitted in writing only. (Questions will not be answered or addressed telephonically). Questions shall be submitted via electronic mail (e-mail) to: debra.james3@va.gov. Questions will be accepted up to 4:00 p.m. (CST), August 7, 2018. All questions are to be written and sent via email debra.james3@va.gov and answers will be published via amendment FedBizOpps to the solicitation. 13. Amendments to Solicitation Amendments to this solicitation shall be posted on FedBizOpps only (Website (www.fbo.gov). It is the responsibility of the contractor to monitor any updates via www.fbo.gov for any amendments to this solicitation. All questions and answers will be published via an amendment. SECTION B 1 Statement of Work Accessories (White-marker boards, Magazine racks, Tack boards) Department of Veterans Affairs Southeast Louisiana Veterans Health Care System 2400 Canal Street, New Orleans, LA. 70119 July 7, 2018 1. INTRODUCTION: 1.1 The overall purpose is to provide and Install Accessories at Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119 2. SCOPE OF WORK: 2.1 The Contractor shall provide and install all listed Accessories. All products must meet all salient characteristics defined in this section. 2.2 All accessories and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the accessories. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out installation of all accessories. 2.5 Locations of the Accessories shall be as shown on SOW Attachment -2. NOTE: All sizes, mounting application, and finishes must be field verified before order is placed. Contractor shall label all accessories per room and/or segments of accessories within a longer assembly. 2.6 PRODUCTS / SALIENT CHARACTERISTCS: 2.6.1 The suggested manufacturer is Peter Pepper Products or equal. 2.6.2 The Accessories are intended for the Southeast Louisiana Veterans Health Care System campus. 2.6.3 18 Pocket Freestanding Magazine + Literature Rack Double sided Free-Standing magazine and literature rack Wood Frame Finish Back and Base Panel: Color- Natural Maple Dimensions: Size 30"w x 62"h x 3 ½"d (+ or -.5) Front Pocket Panels 7"h (+ or -.5) clear acrylic for each row of three Rack Base Black. Includes adjustable foot glides. 32"w x 15"d x 1"h. (+ or -.5) Warranty: 3 years, minimum 2.6.4 MiniMint Wall Mounted Bulletin /Tack Board Enclosed Bulletin Board; wall mounted Semi-circular, anodized aluminum frame; 2 deep (+ 0r -.5) Tackable fabric in a color-Cement Sliding, lockable (with keys), polycarbonate doors Dimensions: Enclosed Bulletin Board; 24 wide x 36 high (+ 0r -.5) 2.6.5 MiniMint Wall Mounted Bulletin /Tack Board Enclosed Bulletin Board; wall mounted Semi-circular, anodized aluminum frame; 2 deep (+ 0r -.5) Tackable fabric in a color TBD:Cement Sliding, lockable (with keys), polycarbonate doors Dimensions: Enclosed Bulletin Board; 36 wide x 36 high (+ 0r -.5) Wall mount cleat, bracket, and hardware included 2.6.6 MiniMint Wall Mounted Bulletin /Tack Board Enclosed Bulletin Board; wall mounted Semi-circular, anodized aluminum frame; 2 deep (+ 0r -.5) Tackable fabric in a color TBD:Cement Sliding, lockable (with keys), polycarbonate doors Wall mount cleat, bracket, and hardware included Dimensions: Enclosed Bulletin Board; 48 wide x 36 high (+ 0r -.5) Warranty: 3 years, minimum 2.6.7 MiniMint Wall Mounted Combination Unit Tackable fabric in a color TBD:Cement Sliding, lockable (with keys), polycarbonate doors Wall mount cleat, bracket, and hardware included Dimensions: Enclosed Bulletin Board; 36 wide x 36 high (+ 0r -.5) Writing surface and Tack board Warranty: 3 years, minimum 2.6.8 MiniMint Wall Mounted Marker Boards Writing Surface; Magnetic Dry Erase board, wall mounted white porcelain enamel, fused to 28-gauge (minimum) steel substrate. 13/16 (+/-1/8 ) (+ or -.5) anodized aluminum quarter-round frame Full length anodized aluminum pen rail mount at bottom of board Wall mount cleat, bracket, and hardware included Dimensions: Writing Surface; 36 wide x 24 high (+ or -.5) Include 1 box of marker pens and 1 eraser Warranty: 3 years, minimum 2.6.9 MiniMint Wall Mounted Marker Boards Writing Surface; Magnetic Dry Erase board, wall mounted white porcelain enamel, fused to 28-gauge (minimum) steel substrate. 13/16 (+/-1/8 ) (+ or -.5) anodized aluminum quarter-round frame Full length anodized aluminum pen rail mount at bottom of board Wall mount cleat, bracket, and hardware included Dimensions: Writing Surface; 48 wide x 36 high (+ or -.5) Include 1 box of marker pens and 1 eraser Warranty: 3 years, minimum 2.6.10 MiniMint Wall Mounted Marker Boards Writing Surface; Magnetic Dry Erase board, wall mounted white porcelain enamel, fused to 28-gauge (minimum) steel substrate. 13/16 (+/-1/8 ) (+ or -.5) anodized aluminum quarter-round frame Full length anodized aluminum pen rail mount at bottom of board Wall mount cleat, bracket, and hardware included Dimensions: Writing Surface; 96 wide x 48 high (+ or -.5) Include 1 box of marker pens and 1 eraser Warranty: 3 years, minimum 2.6.11 MiniMint Wall Mounted Marker Boards Writing Surface; Magnetic Dry Erase board, wall mounted white porcelain enamel, fused to 28-gauge (minimum) steel substrate. 13/16 (+/-1/8 ) (+ or -.5) anodized aluminum quarter-round frame Full length anodized aluminum pen rail mount at bottom of board Wall mount cleat, bracket, and hardware included Dimensions: Writing Surface; 120 wide x 48 high (+ or -.5) Include 1 box of marker pens and 1 eraser Warranty: 3 years, minimum 2.6.12 MiniMint Wall Mounted Marker Boards Writing Surface; Magnetic Dry Erase board, wall mounted white porcelain enamel, fused to 28-gauge (minimum) steel substrate. 13/16 (+/-1/8 ) (+ or -.5) anodized aluminum quarter-round frame Full length anodized aluminum pen rail mount at bottom of board Wall mount cleat, bracket, and hardware included Dimensions: Writing Surface; 144 wide x 48 high (+ or -.5) Include 1 box of marker pens and 1 eraser Warranty: 3 years, minimum 2.7 DELIVERY AND INSTALLATION 2.7.1 DELIVERY 2.7.1.1 Contractor shall deliver all accessories to the Southeast Louisiana Veterans Health Care System (SLVHCS) at the buildings designated in Attachments 1, 2400 Canal St, New Orleans, LA 70119 starting on August 6, 2018. 2.7.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.7.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.7.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.7.1.5 Store products in dry condition inside enclosed facilities. 2.7.1.6 Any Government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.7.1.7 A pre-delivery meeting will be conducted 10 days prior to initial award delivery date for verification of delivery and installation dates. 2.7.1.8 Delivery and Installation will be coordinated through the COR. 2.7.1.9 Delivery space and path of travel may be considered a construction zone. Contractor must follow all OSHA required safety regulations. All OSHA required Personal Protective Equipment (PPE) shall be worn including, but not limited to, hard hat, safety glasses and safety vests. PPE is not provided by the Government. 2.7.1.10 Delivery and unloading shall be at the loading docks off Tulane Ave. between South Galvez and Rocheblave. Two Service Elevators shall be available for delivery of products. Elevators may be share with other contractors. Each elevator size shall have a 72 wide door opening X 97 ½ wide clear interior opening X 148 depth clear interior opening X 96 high clear opening. The contractor shall protect the interior of the elevator in order to prevent damage to the interior walls of the elevator. 2.7.1.11 Reference Attachment 1, SITE MAP, for building locations and travel distance for delivery and installation. The travel distance from the loading dock to the front of the campus is approximately 1,100 Linear Feet. SLVHCS does not have the ability to accept drop shipments. There will be no staging and/or storage at the SLVHCS loading dock or warehouse. All products shall be delivered from the loading dock directly to the installation location. 2.7.2 INSTALLATION 2.7.2.1 Contractor shall develop an installation schedule, which shall include installation and inspection of the specified item as well as a final walk through with the COR in coordination with the COR. The contractors shall provide the installation schedule within 10 business days of award for COR final approval. 2.7.2.2 Contractor shall install Accessories according to manufacturer's written instructions to assure proper operation and clean all surfaces after installation, according to manufacturer's written instructions. 2.7.2.3 Install all accessories to manufacturer s specifications maintaining Federal, and Local safety standards 2.7.2.4 Installation must be completed by August 30, 2018. All work shall be completed between 7:30 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.7.2.5 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.7.2.6 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.7.2.7 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7.2.8 Contractor shall reference Attachment 2 for buildings and room locations 2.8 SITE CONDITIONS 2.8.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of accessories. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES: 4.1 Operation and Maintenance Manuals 4.1.1 Two complete sets of documentation, as listed below, shall be provided to the SLVHCS COR at the completion of installation. 4.1.2 Operator manuals, it is permissible to provide this in the form of a CD or DVD 4.1.3 Complete Binders to include product brochures, and technical recommendations for maintenance of Accessories. 5. OPERATOR TRAINING: 5.1 Contractor is not required to provide on-site training of the Accessories. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7. 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA personnel regarding information and information system security. 2. SECURITY CLAUSE "A&A requirements do not apply--Security Accreditation Package is not required". 3. VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct onsite inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 21.00 EA __________________ __________________ Project Legacy-Accessories-18 Pocket Freestanding Magazine + Literature Rack LOCAL STOCK NUMBER: 5606 0002 11.00 EA __________________ __________________ MiniMint Wall Mounted Bulletin /Tack Board 24" x 36" LOCAL STOCK NUMBER: mmdra243602 0003 3.00 EA __________________ __________________ MiniMint Wall Mounted Bulletin /Tack Board 36" x 36" LOCAL STOCK NUMBER: MMDRA363602 0004 25.00 EA __________________ __________________ MiniMint Wall Mounted Bulletin /Tack Board 48" x 36" MMDRA483602 LOCAL STOCK NUMBER: MMDRA483602 0005 10.00 EA __________________ __________________ Minimint Wall Mounted Combination Unit 36" x 36" LOCAL STOCK NUMBER: MMCWGLRA3636 0006 14.00 EA __________________ __________________ MiniMint Wall Mounted Marker Boards - 36" x 24" LOCAL STOCK NUMBER: MMLMB36241 0007 48.00 EA __________________ __________________ MiniMint Wall Mounted Marker Boards - 48" x36" LOCAL STOCK NUMBER: MMLMB48361 0008 3.00 EA __________________ __________________ MiniMint Wall Mounted Marker Boards - 96" x 48" LOCAL STOCK NUMBER: MMLMB96481 0009 2.00 EA __________________ __________________ MiniMint Wall Mounted Marker Boards -120" x 48" LOCAL STOCK NUMBER: MMLMB120481 0010 1.00 EA __________________ __________________ MiniMint Wall Mounted Marker Boards - 144" x 48" LOCAL STOCK NUMBER: MMLMB144481 0011 1.00 JB __________________ __________________ DELIVERY & INSTALLATION LOCAL STOCK NUMBER: N/A GRAND TOTAL __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618U0119/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0119 36C25618U0119_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526357&FileName=36C25618U0119-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526357&FileName=36C25618U0119-000.docx

 
File Name: 36C25618U0119 Attachment 1 Site Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526358&FileName=36C25618U0119-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526358&FileName=36C25618U0119-001.pdf

 
File Name: 36C25618U0119 List of Marker BoardsTackboards.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526359&FileName=36C25618U0119-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526359&FileName=36C25618U0119-002.xlsx

 
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;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, La
Zip Code: 70119
 
Record
SN05021305-W 20180806/180804230038-64c04993e1d89cc56585fc24722accdd (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.