Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2019 FBO #6251
SOLICITATION NOTICE

71 -- Furniture - Installation and acquisition of workstations See Statement Of Work

Notice Date
1/2/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
36C10X19Q0036
 
Archive Date
1/7/2019
 
Point of Contact
Kevin Armillotti (Kervin.Armillotti@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 20 of 20 DESCRIPTION A. 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; proposals are being requested and a written solicitation will not be issued. B. Solicitation Number: 36C10X19Q0036. This BRAND NAME OR EQUAL solicitation is issued as a request for quotation (RFQ) using simplified and commercial item procedures identified in FAR Parts 13.5 (Simplified Procedures for Certain Commercial Items) and 12 (Acquisition of Commercial Items). C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective June 15, 2018 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. D. This requirement is a total (100%) set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). To be eligible to quote, vendors must be verified in the Veteran Information Pages (VIP) at https://www.vip.vetbiz.gov/Default.aspx and small under the applicable NAICS code-337211, Furniture, office-type, padded, upholstered, or plain wood, manufacturing, (size standard of 1,000 employees). E. Description of requirements: STATEMNT OF WORK (SOW) 1.0 BACKGROUND The Board of Veterans Appeals (Board) is part of the Department of Veterans Affairs (VA). It is a roughly 1050-person organization located in Washington, DC. The Board includes the Office of the Chairman, Office of the Principal Deputy Vice-Chairman, Office of Appellate Operations, and Office of Resource Management and Planning. It provides direct service to Veterans and their family members by determining claims for Veterans benefits. The Board's mission is to conduct hearings and decide appeals properly before the Board in a timely manner. The Board's jurisdiction extends to all questions in matters involving a decision by the United States Secretary of Veterans Affairs under laws that affect a provision of benefits to Veterans, their dependents, and/or their survivors. Final Agency decisions on such appeals are made by the Board based on the record in the proceeding and upon consideration of applicable provision of law and regulation. The Board has jurisdiction over appeals arising from VA s Veterans Benefit Administration, Veteran Health Administration, National Cemetery Administration, and Office of General Counsel. Although most appeals considered by the Board involve claims for disability compensation or survivor benefits, the Board also reviews appeals involving insurance benefits, educational benefits, home loan guaranties, vocational rehabilitation, dependency and indemnity compensation, health care delivery, burial benefits, pension benefits, and fiduciary matters. The Board comprises of approximately 100 Veterans Law Judges (VLJs) and over 650 decision-writing attorneys. The attorneys draft decisions for VLJ review, revision, and approval. The Board is expanding from approximately 1000 FTE to 1125 FTE through FY2019. The new hires will primarily consist of decision-writing attorneys who will support the VLJs. These attorneys are critical to the Board s mission of issuing decisions in a timely manner. The increase in FTE requires that the Board provide additional workstations for its employees. Although some workspace requirements will be addressed through the Board s robust telework program and, relatedly, through office-space sharing, additional workspace is necessary to accommodate such a significant increase in hiring of new decision-writing attorneys. Providing additional attorney workspace will allow the Board to grow while remaining in the same physical footprint it will facilitate improved service to US Veterans at an overall cost savings. 2.0 SCOPE OF WORK The Government requires contractor support with furniture disassembly, purchase, and installation for space redesign. The contractor shall meet set space dimension requirements as established by VA floor plans (attached). The workspace modification furniture agreement covers office demountable partitions, case goods, modular and system furniture, storage cabinets, bookcases, file cabinets, seating, and general furniture available under established General Services Administration (GSA) Federal Supply Schedules (FSS). Case furniture requirements are based on set dimensions and specifications provided by the Government. CAD design drawings will be provided after the contract is awarded in addition to workstation prototypes. The dimensions, shapes, and other criteria for the furniture are set forth in Attachment A: Technical Furniture Specifications. The type and size of the two workstations (and the workstation components) that the Government intends to order are set forth in Attachment B: Typical Workstations. Attachment C: Design Intent Drawings (DIDs) provides the layout of the three rooms for which furniture is being purchased. The finishes and color selections will be determined from manufacturer standard selection. The contractor shall deliver and install new workstations and workstation fixtures in accordance with furniture installation plans and specifications. 3.0 PERFORMANCE DETAILS 3.1 PERIOD OF PERFORMANCE Delivery and installation shall be scheduled for February/March 2019. However, the estimated delivery and installation date is subject to change due to unforeseen circumstances, beyond tenant control. 3.2 PLACE OF PERFORMANCE The place of performance is 425 I Street, NW, Washington DC 20001. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO) and Contracting Officer s Representative (COR). There are 10 Federal holidays, set by law (Title 5 of United States Code, Section 6103), that VA follows. Under current definitions, four federal holidays are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six federal holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 3.3 TYPE OF CONTRACT This will be a Firm-Fixed Price Contract. 4.0 SPECIFIC REQUIREMENTS/TASKS All moving and installation work shall be coordinated with Building Management at 425 I Street, NW. Normal operation hours for the 425 I Street building are from 6:00 a.m. to 6:00 p.m., Monday through Friday. Any work that requires electrical and/or water cut off shall be scheduled after normal operation hours. All other work will need to be scheduled with Building Management at a mutually convenient time and may be required by Building Management to occur after normal operating hours. The Contractor will need to request access to the building s freight elevator, provide Building Management with a certificate of insurance, coordinate delivery with Building Security, and request access to a loading dock. 4.1 PRELIMINARY WORKSPACE DESIGN AND LAYOUT (part of quote preparation) 4.1.1 FIELD VERIFICATION: As part of quote creation, each contractor shall conduct field verification of design drawings provided by the Government. Notification of the date and time for the field verification will be provided by the CO. The contractor shall identify variations due to unforeseen site conditions. Adjustments such as mirror images, rotates, flipped workstations, the shortening or lengthening of a panel and the shortening or lengthening of a workstation and its components may be required due to columns or power poles through locations. These adjustments will not result in a new workstation type. 4.1.2 DESIGN DRAWINGS: The contractor shall provide the product specific furniture plans and product specific three-dimensional drawings of typical workstations identified in Attachments A and B. 4.1.3 TECHNICAL DOCUMENTATION: The contractor shall provide sufficient technical documentation to allow for thorough evaluation of the quote. 4.1.4 MANUFACTURER WARRANTY: The contractor shall provide a copy of its standard commercial warranty (with its quote). 4.2 FINAL DESIGN AND MANUFACTURE (after award) 4.2.1 KICKOFF MEETING: The contractor shall meet with the CO and COR to review design requirements within 10 days after the contract award. The Kick-Off meeting will be conducted at 425 I Street, NW, Washington DC. The contractor shall conduct meetings with the Government personnel as identified by the COR. 4.2.2 FINAL DESIGN DRAWINGS: The contractor shall develop final design drawings and submit to the COR for approval. Prior to development of final design drawings contractor shall conduct detailed site measurements. The contractor shall provide three hard copies of the final design drawings in Adobe Professional format and one in electronic AutoCAD format. 4.2.3 INSTALLATION DRAWINGS: The contractor shall develop final installation drawings and submit to the COR. The contractor shall submit one hardcopy and one electronic AutoCAD and Adobe Acrobat Professional PDF formatted drawing for all furniture. 4.2.4 BILL OF MATERIAL: The contractor shall develop and submit a Bill of Material (BOM) to the COR for approval prior to placing a furniture order. All furniture shall meet the technical specifications provided in Attachments A and B. 4.2.5 FURNITURE ORDER: The contractor shall place an order within five business days from receipt of written BOM approval from the COR. 4.2.6 FURNITURE CONTROL DOCUMENT: The contractor shall provide to the COR a furniture control document containing 2-dimensional (2D) and 3-dimensional (3D) drawings and color renderings of approved furniture as well as finish samples and descriptions. 4.2.7 DELIVERY AND INSTALLATION SCHEDULE: Within five business days of receipt of the manufacturer s delivery date, the contractor shall draft and revise as necessary a delivery and installation schedule for approval by the COR. 4.2.8 DETAILED WORK PLAN AND BRIEFING: The contractor shall provide a detailed work-plan and a briefing, which presents the contractor s plan for completing the work. 4.3 SITE PREPARATION 4.3.1 LICENSES AND PERMITS: The contractor shall be required to investigate and obtain proper permits for city parking and any other necessary permits as required. 4.3.2 PROJECT SCHEDULES: The contractor shall coordinate dates of new furniture delivery and installation with the COR and provide feedback/compliance relative to the project schedule developed by the Government. 4.3.3 PROPERTY PROTECTION: The contractor shall protect all hallways, walls, and floors, including carpet and tile, during the installation with material, temporary wall coverings, and corner guards. No adhesive residue shall remain on walls or floors upon removal of protective materials. Proper measures like protective runner and pads; shall be utilized by the contractor to protect the building, elevators, walls, floors and equipment. 4.3.4 CREW PRE-APPROVAL: The contractor shall coordinate all personnel involved in delivery and installation with COR. The supervisor and members of the installation crew shall provide all the information listed below to the COR. 4.1.5.4.1 Company Name, Address, Telephone Number 4.1.5.4.2 Supervisor s Name and Government Issued ID number 4.1.5.4.3 Name and Government Issued ID number of each individual installer 4.3.5 CREW ACCESS: The contractor shall ensure that his/her crew and work are confined to the designated project areas. Building access and necessary building clearances shall also be restricted to the approved work space areas. The contractor shall also be responsible for ensuring that the installation personnel are readily identifiable as contractors. 4.3.6 CREW QUALIFICATIONS: The contractor shall utilize licensed professional installers for furniture installation. Installation supervision shall be handled by an experienced on-site supervisor trained by the manufacturer or certified designee. The furniture system installers shall have the following qualifications: A minimum of two years of successful experience in the installation of the proposed furniture and certification and ongoing factory training by the manufacturer. 4.3.7 DELIVERY AND INSTALLATION SCHEDULE MANAGEMENT: The contractor shall obtain approval for all deliveries and installation schedules from the COR. The contractor shall be responsible for managing the delivery and installation of the product in accordance with the approved, written project schedule. 4.3.8 ACCESSIBILITY AND CAPACITY: The contractor shall verify the accessibility and capacity of elevators, lobby, and corridor clearances prior to delivery and installation. 4.3.9 ACCESS: The contractor shall coordinate with the Government 10 working days in advance of delivery to schedule access to elevators and lobby entrances. The elevators may need to be available on a shared basis. 4.4 DELIVERY AND INSTALLATION 4.4.1. INSTALLATION RESTRICTIONS: The COR shall coordinate and schedule all deliveries and installations. The contractor shall adhere to the following installation restrictions: 4.4.1.1 REGULATORY COMPLIANCE: The contractor shall ensure that all installation complies with the General Specifications in the GSA FSS for Office Furniture, all applicable state, local and federal building codes, local ordinances and regulations and product manufacturer installation instructions. 4.4.1.2 ON-SITE MANAGEMENT: The contractor shall provide full-time on-site management, coordination, and technical assistance. 4.4.1.3 INSTALLATION SPECIFICATIONS: The contractor shall complete installation of all furnishings in accordance with VA-approved manufacturer specific drawings and specifications. All damaged installation products shall be removed from the job site immediately. 4.4.1.4 WARRANTY RESTRICTIONS: The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government s rights to other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The required commercial warranty for this requirement is 12 years, labor included. The standard commercial warranty period shall begin upon final acceptance of the applicable material and services listed in the PWS. 4.4.2 INSTALLATION: The contractor shall install new furniture as per approved installation design drawing and final BOM. 4.4.2.1 CONFLICTS: The contractor shall bring any unexpected conflict, such as installation discrepancies to the COR for resolution. 4.4.2.2 KEYS: The contractor shall gather and organize furniture keys during installation. One key shall remain in the office/workstation. All keys are to be packaged and labeled by building, floor, office/workstation number, and key number. Key packages are to be submitted to the COR on the day of completion of product installation of each phase. 4.4.2.3 FINAL INSTALLED DRAWINGS: The contractor shall provide three hard copies of the final design drawings, one electronic AutoCAD and Adobe Professional PDF formatted drawing in Adobe Professional format and one in electronic AutoCAD format. 4.4.2.4 WASTE DISPOSAL: The contractor shall be responsible for removal and disposal for all waste materials, and recyclables. The contractor shall clean up and dispose of waste materials or trash in accordance with all applicable federal, state, and local regulations, standards, codes and laws. The contractor shall always keep the job site, including staging and storage areas used by the contractor free from accumulations of waste material or trash. This material shall be removed daily as to deter accumulation of debris. Prior to completion of the work, the contractor shall remove from the vicinity of the work, all shipping containers, packing, trash, unused materials and other like material, belonging to the contractor or used under the contractor s direction. No recyclables, trash, or packing materials shall be disposed of or discarded in Government facility-provided recycling or trash containers or dumpsters. The contractor shall make any necessary arrangements with private parties and with local jurisdictions pertinent to locations and regulations of such disposal. Any fees or charges to be paid for disposal of materials shall be paid by the contractor. 4.4.2.5 VACUUMING: The contractor shall vacuum clean work areas and installed furniture after installation. 4.5 POST INSTALLATION TASKS 4.5.1 PUNCH LIST ITEMS: The contractor shall conduct a post installation walk-through to inspect new furniture installation and identify punch list items. The contractor shall address the following punch list requirements: 4.5.1.1 POST INSTALLATION INSPECTION: Within 24 hours after completing the product installation, the contractor shall be available to walk through the space with the COR to verify the working conditions and quality of the furniture installation and jointly prepare a punch list of outstanding items. 4.5.1.2 CORRECTIONS: The contractor shall be responsible for correcting punch list items within a timeframe approved by the COR. 4.5.1.3 FINAL INSPECTION: At a time to be determined by the COR, the contractor shall be available to conduct a final walk-through of each phase/floor with the COR to verify all punch list items have been resolved. 4.5.2 PROPERTY DAMAGE: The contractor shall be responsible for any damage to the building. The contractor shall pay a contractor for costs associated with repairs due to the damages caused by the contractor during the delivery and installation effort. The contractor shall notify the COR of any pre-existing damage to the building. 4.5.3 DAMAGES AND REPAIRS: The contractor shall correct, at contractors expense, any installation problems which are the result of incorrect layouts, insufficient field verification, delivery errors, and damaged products. Replacements of damaged and missing products shall be accomplished by means that will prevent installation delays. Missing or damaged products must be replaced within 20 working days or within a timeframe approved by the COR. 4.5.4 DEMONSTRATION: The contractor shall conduct two post-installation demonstration/training sessions to instruct personnel on use of the furniture, highlighting, safety, proper usage, adjustments, cleaning and maintenance of panels, work surfaces, and components. Demonstration/Training sessions may be videotaped by VA for future use in orientation. 4.6 CUSTOMER SERVICE REQUIREMENTS The contractor shall provide customer service during and after the main functional services have been provided by responding to customer requests and inquiries in a prompt and courteous manner. Customer service includes phone and email etiquette, and in all face-to-face encounters. If additional research is required to respond to customers' inquiries, then the contractor shall contact the customer to provide a status update. Customer inquiries must be responded to within one (1) business day of receipt. The Certification and Accreditation (C&A) requirements do not apply to this requirement. Accordingly, a Security Accreditation Package is not required. 4.7 CHANGES IN PERSONNEL STATUS Although Contractor s submission of key Personnel is not required, the Contractor shall ensure that COR is notified immediately if a contractor resigns, is reassigned, or terminated for any reason so that other arrangements can be made to complete the assigned task. 5.0 Deliverables Table Task Deliverable Description Deliverable Due Date 5.2 Final Design & Manufacture 4.2.1 Kick-off meeting Within 10 days of delivery order award 4.2.2 Final design drawings 10 days after Kick-Off Meeting 4.2.3 Final Installation drawing 10 days after Kick-Off Meeting 4.2.4 Bill of materials 10 days after Kick-Off Meeting 4.2.6 Furniture control document Within 10 days of placing Furniture Order 4.2.7 Delivery & installation schedule Within five days of receipt of the manufacture s delivery date 4.2.8 Detailed work plan & briefing 10 days after Kick-Off Meeting 5.3 Site Preparation 4.3.4 Crew information Three days prior to installation 4.3.10 Furniture disassembly 2 days prior to furniture removal from the building. 5.4 Delivery & Installation 4.4.2 Furniture installation Within time frame agreed upon and approved by COR 4.4.2.2 Keys On the day of completion of product installation 4.4.2.3 Final installed drawings Within 10 days following installation 5.5 Post Installation 4.5.1 Punch list Within 24 hours after product installation. 4.5.4 Post-installation demonstration Within timeframe agreed upon and approved by COR 6.0 METHOD AND DISTRIBUTION OF DELIVERABLES The contractor shall deliver documentation in electronic format, unless otherwise directed. Acceptable electronic media include: MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, AutoCAD 2012/2013/2014, and Adobe Portable Document Format (PDF). 7.0 GOVERNMENT FURNISHED PROPERTY/ INFORMATION There will be no Government-furnished property and/or equipment. The Government will provide design drawings. 8.0 TRAVEL Travel is not anticipated under this agreement. 9.0 PERFORMANCE METRICS The COR shall conduct performance assessments periodically according to this agreement, incorporating comments from VA project management personnel. The Performance Metrics will be used throughout the life of the agreement to ensure the Contractor is performing the services required by this PWS in an acceptable manner. Performance measures for this requirement are defined in the table below: Performance Measure Requirement Objective Supported Method of Measurement Performance Target Labor and installation of furniture Workspace Modifications Accuracy and timeliness of performance of task 95% completed accurately within the timeframe agreed upon and approved by COR. Final CAD drawings Design/Layout Services Accuracy and timeliness of performance of task 95% completed accurately and submitted within 10 days after Kick-off. Bill of Materials submitted Design/Layout Services Accuracy and timeliness of performance of task 95% completed accurately and submitted within 10 days after Kick-Off. Furniture Control Documents submitted Design/Layout Services Accuracy and timeliness of performance of task 95% completed accurately and submitted within 10 days of placing order. Respond to customer service questions/concerns Customer Service Timeliness of response to customer 95% customer questions/concerns responded to within one (1) business day of receipt. The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the Contractor s performance. The COR shall keep a quality assurance file. This file shall contain all documented performance issues. 10.0 OFFICE/SYSTEM SPACE BREAKDOWN The contractor shall provide new workstations, private office furniture, new task chairs, lateral files, and storage cabinets as shown in the chart below and in accordance with the attached Design Intent Drawings (DIDs) for the Board of Veterans Appeals located at 425 I Street, NW, Washington, DC. The DIDs are included in Attachment C. Workstations shall meet the standards and include items as listed in the Attachments A and B. ATTACHMENT D provides the salient characteristics for the Brand Name items. Item Size Qty Total Workstation 1 48 square feet 14 sets 14 Workstation 2 10 square feet 42 sets 42 File Cabinets The Government requires 9 cabinets 36"x 4 drawers high". SEE TECHNICAL FURNITURE SPECIFICATIONS FOR DETAILS 9 9 Task Chairs SEE TECHNICAL FURNITURE SPECIFICATIONS FOR DETAILS 56 56 Monitor Arms SEE TECHNICAL FURNITURE SPECIFICATIONS FOR DETAILS 56 56 Keyboard Trays SEE TECHNICAL FURNITURE SPECIFICATIONS FOR DETAILS 56 56 Desk Lamps 56 56 Additional requirement includes: Grey metal trim with grey fabric for furniture panels Grey woodgrain plastic laminate for the worksurfaces, Black task chairs, Red vinyl cushions for mobile pedestals. 11.0 PHYSICAL SECURITY & SAFETY REQUIREMENTS The Contractor and their personnel shall follow all VA policies, standard operating procedures, applicable laws and regulations while on VA property.   Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law. The Contractor and their personnel shall wear visible identification at all times while they are on the premises. VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed.   It is the responsibility of the Contractor to park in the appropriate designated parking areas.   VA will not -validate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside/outside any building other than the designated smoking areas. Possession of weapons is prohibited. 11.1 FACILITY/RESOURCE PROVISIONS All procedural guides and program documentation for the project and other Government applications will also be provided at the kick-off meeting. The Contractor shall request other Government documentation deemed pertinent to the work accomplishment directly from the COR. The Contractor shall secure all related materials that are pertinent to the work. F. PRICE/COST SCHEDULE: CLIN DESCRIPTION QTY SIZE UNIT UNIT PRICE $ TOTAL $ 0001 Workstation 1 (See Attachment B for details) 14 48 S. F Each $____ $____ 0002 Workstation 2 (See Attachment B for details) 42 10 S. F Each $____ $____ 0003 File Cabinets 9 36 x4 drawers high Each $____ $____ 0004 Task Chairs (See Attachment A for details) 56 ____ Each $____ $____ 0005 Monitor Arms (See Attachment A for details) 56 ____ Each $____ $____ 0006 Keyboard Trays (See Attachment A for details) 56 ____ Each $____ $____ 0008 Desk Lamps (See Attachment A for details) 56 ____ Each $____ $____ 0009 Design, furnish, and install 1 ____ Each $_____ $____ GRAND TOTAL $____ Note: The vendor must indicate whether or not the quote submitted is for the Brand Name Item or its Equal. G. SOLICITATION PROVISIONS G.1 INSTRUCTIONS TO OFFERORS 1. QUOTE SUBMISSION The Quoter shall submit its complete quote and all required files via email to the Contract Specialist, Jacky Jean-Jacques, at Jacky Jean-Jacques@va.gov and CC the Contracting Officer, Kevin Armillotti, at Kevin.Armillotti@va.gov. This requirement is a total (100%) set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). To be eligible to quote, vendors must be verified in the Veteran Information Pages (VIP) at https://www.vip.vetbiz.gov/Default.aspx and small under the NAICS code-337211, Furniture, office-type, padded, upholstered, or plain wood, manufacturing. Any Quote that fails to comply with all Solicitation instructions may be considered a non response and may not be accepted. 2. INSTRUCTIONS i. Prospective offeror s must provide their intent to bid by 4:30 PM E.T on January 04, 2019. ii. Offeror s must attend a site visit on Wednesday, January 10, 2019 from 10:00 AM to 12:00 PM, ET at the following location: Department of Veteran Affairs Board of Veterans Appeals 425 I Street, NW, Washington DC 20001 iii. Offeror s responses shall be submitted in accordance with the following instructions: · Complete the Section B.2 Price/ Cost Schedule of the solicitation · Submit a technical acceptability volume according to the instructions below: 3. FORMAT The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The table below indicates the maximum page count (when applicable) for each volume of the offeror s proposal. All files will be submitted as a Microsoft Excel (.xls/.xlsx), Microsoft Word (.doc/.docx), or Acrobat (.pdf) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12 point. Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8 point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12 point font requirement. Footnotes to text shall not be used. The use of hyperlinks in proposals is prohibited. If the offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the offeror s page limitations unless otherwise indicated in the specific Volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions, or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font, or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they appear in the print layout view. File Packaging: All of the proposal files may be compressed (zipped) into one file entitled proposall.zip using WinZip version 6.2 or later version or the proposal files may be submitted individually. Content Requirements: All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Volumes: Quotes submitted in response to this solicitation shall contain the following in separate volumes: Volume Number Evaluation Factor File Name Page Limitation Volume I Technical Capability [Offeror Name] Tech.doc/ docx/pdf Technical Capability: No more than 10 Pages Volume II Past Performance [Offeror Name] Tech.doc/ 2 pages per past performance example cited. PPQs not included as part of page count. Volume III Price [Offeror Name] Price.xls/.xlsx None- Complete Section B.2 of the RFQ The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of any Volume. 4. TECHNICAL ACCEPTABILITY Under no circumstances shall any pricing be included in the Technical Acceptability. The offeror shall submit Technical Acceptability in 2 Volumes: Volume I- Technical Capability Volume II- Past Performance Volume I- Technical Capability: This volume will contain the vendor s plan for meeting the requirements outlined in the SOW. The vendor must its capability to deliver and install new workstations and workstation fixtures in accordance with furniture installation plans and specifications. Volume II- Past performance: This volume will contain past performance references for three (3) previous contracts in performance during the past three (3) years from the date of issuance of the solicitation. The contracts may be held with Federal, State, and local governments or private entities and may represent prime contracts, task/delivery orders, or subcontracts. The contracts may be held by any member of the proposed contractor structure. The contracts must be relevant, defined as services which, when considered as a whole, are similar in size, scope and complexity when compared to the anticipated requirements of this procurement. Data concerning the prime contractor shall be provided first, followed by each proposed major subcontractor, teaming partner, or mentor/protĂ©gĂ©, in alphabetical order. For each of the up to five contracts, the contractor shall provide the following: 1) Contract information, to include: a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e mail address, and telephone and fax numbers); b) Contracting activity, and current address, Procuring Contracting Officer's name, e mail address, and telephone number; c) Technical representative/Contracting Officer s Representative (COR), and current e mail address, and telephone number; d) Contract Number and, in the case of Indefinite Delivery type contracts, General Service Administration (GSA) contracts, and Blanket Purchase Agreements, include Task/Delivery Order Number(s) also; e) Contract Type (specify type such as Fixed Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.). In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc)); f) Awarded price/cost and final, or projected, final price/cost; g) Original delivery schedule, including dates of start and completion of work and final, or projected final, delivery schedule, including dates of start and completion of work. 2) Contract description: The contractor shall provide a narrative explanation describing the scope and purpose of the contract and detailing how the effort is relevant to the requirements of this solicitation. For any contract(s)/task order(s) that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence. The contractors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. 3) New Corporate Entities: New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the contractor shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. 5. VOLUME III PRICE Offerors shall submit a completed Section B.2 (Price/Cost Schedule) of the RFQ. 6. QUESTIONS Any questions concerning this solicitation should be submitted in writing by e-mail only to the Contracting Officer, kevin.armilotti@va.gov and the Contract Specialist, Jacky.Jean-Jacques@va.gov. Contractors must submit their bids intentions by Friday, January 04, 2019. The deadline for submission of questions regarding this solicitation is Wednesday, January 16, 2019 at 10:00 AM ET. No additional questions will be accepted after that date and time. 7. OFFER DUE DATE Quoters must complete and return all information no later than January 24, 2019 at 10:00 AM ET to be considered for award. G.2 EVALUATION APPROACH 1. BASIS FOR AWARD The Government intends to award a Single Contract to the responsible, lowest price, technically acceptable (LPTA) Offeror that meets or exceeds the acceptability standards for all non-cost factors. This requirement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) SDVOSBs must be VIP verified in order to receive award. For each proposal received, the Government will evaluate the following factors: Price Technical Acceptability o Technical Capability o Past Performance The process of selection will be the following: The Government will evaluate all price quotes first to determine completeness. After determination of completeness with regard to Price, the Government will rank the quotes from lowest to highest price. Once the price quotes are ranked, the Government will evaluate the lowest price Offeror s Technical Capability and Past Performance Volumes. If that Offeror is determined to be Acceptable, the Government will select that Offeror as the awardee. If the lowest price Offeror is determined to be unacceptable, the Government will evaluate the next lowest price Offeror and will continue this process until the LPTA quote from a responsible vendor is identified. Quotes determined to be unrealistic in terms of Price or Acceptability may be rejected at any time during the evaluation process. Failure to meet a requirement may result in an offer being determined technically unacceptable. The Government will review the required documents as outlined in the proposal volumes in F.1 Instructions to Offerors. A proposal that is determined to be incomplete or fails to fully meet any material requirement may render a proposal unacceptable, thus ineligible for award. The Government reserves the right to award with or without discussions based upon the initial evaluation of proposals. As such, offerors are encouraged to submit their best proposal upon initial submission. 2. PRICE EVALUATION Price will not be evaluated adjectivally or assigned a score. Price will be evaluated to determine whether it is fair and reasonable. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. The Government expects that price reasonableness will be established through adequate price competition, but it may also determine price reasonableness through price analysis techniques as described in FAR 13.106-3. 3. TECHNICAL ACCEPTABILITY EVALUATION The Government will evaluate Technical Acceptability as follows: The Technical Capability evaluation process will consider the extent to which the quote meets the specified requirements set forth in the solicitation. The Government will evaluate the vendors quotes based on their: (a): Technical Capability: Quote must meet or exceed the acceptability standards for conformance to the requirements stated in the solicitation s SOW. (b): Past Performance: Past Performance will be evaluated based on the narrative and other Government sources for quality, timeliness, and relevance (i.e., experience in providing services similar in size, scope, and complexity as described in the PWS). The Government will make determination of relevance. For Past Performance to be found acceptable, all referenced Past Performance must be at least rated as Satisfactory to be considered acceptable. The offeror s initial proposal shall contain the offeror s best terms from a price and technical standpoint. The Government reserves the right to make no award as a result of this solicitation. G.3 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) G.4 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) G.5 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016) (DEVIATION) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). G.5. LIMITATIONS ON SUBCONTRACTING- MONITORING AND COMPLIANCE: This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (DEVIATION) and Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. Accordingly, any task order 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) 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. H. CLAUSES The following are applicable to this Solicitation: 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.252-2  CLAUSES INCORPORATED BY REFERENCE  (FEB 1998) 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) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) 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) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83) 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) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) VAAR 852.203-70 Commercial Advertising (JAN 2008) C.6 VAAR 852.246-70 GUARANTEE (JAN 2008) VAAR 852.246-71 INSPECTION (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.232-72 Electronic submission of payment requests (NOV 2012) I. Quotes are due no later than 10:00 AM ET on January 24, 2019. J. Questions are due after the site visit on January 16, 2019 at 10:00 AM ET in writing via e-mail to the contract specialist Mr. Jacky Jean-Jacques at Jacky.Jean-Jacques@va.gov or the Contracting Officer Kevin Armillotti at Kevin.Armillotti@va.gov K. For information regarding the solicitation, please contact Mr. Jacky Jean-Jacques at Jacky.Jean-Jacques@va.gov or via phone at (240) 215-1652 or Kevin Armillotti at Kevin.Armillotti@va.gov L. CONTRACT ADMINISTRATION DATA (WILL BE PROVIDED AT TIME OF AWARD) M. ATTACHEMENTS: Attachment A: TECHNICAL FURNITURE SPECIFICATIONS Attachment B: PAST PERFORMANCE QUESTIONNAIRES. Attachment C: DESIGN INTENT DRAWINGS (DIDS) Attachment D: SALIENT CHARACTERISTICS FOR BRAND NAME ITEMS Attachment E: TYPICAL WORKSTATIONS NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X19Q0036/listing.html)
 
Record
SN05185451-F 20190104/190102230020 (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.