Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2022 SAM #7566
SOLICITATION NOTICE

C -- Artwork Hidden Headwalls - VALBHS

Notice Date
8/16/2022 4:38:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1554
 
Response Due
9/24/2022 4:30:00 PM
 
Archive Date
10/24/2022
 
Point of Contact
Jonathan C. Ford, Contract Specialist, Phone: (562)766-2235
 
E-Mail Address
Jonathan.Ford1@va.gov
(Jonathan.Ford1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Artwork Hidden Headwalls 1.B. Description: The Department of Veterans Affairs, VA Long Beach Healthcare System (VALBHS), has a requirement for Artwork/Hidden Headwall, Right/Left Slide, Swivel Outlets. 1.C. Project Location: VA Long Beach Healthcare System, 5901 E. 7th Street, Rm 200, Long Beach, CA 90073. 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q1554 1.E. Set Aside: This solicitation is 100% set-aside for SDVOSBs. 1.F. Applicable NAICS code: 236220, Commercial & Institutional Building Construction 1.G. Small Business Size Standard: $39.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: 2 Months 1.J. Wage Determination: N/A 1K. Key solicitation milestones are: 1.K.1. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 4:30 pm Wednesday, August 24, 2022 to Jonathan.Ford1@va.gov. Also, see Enclosure 3 for a listing of salient characteristics. Ensure the following are completed and/or included in the offer packet: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.4.D. 852.219-78 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products. 2.K.5.E. Provide specifications for site prep for their product as required. 2. Statement of Work. 2.A. Background: The Department of Veterans Affairs (VA), VA Long Beach Healthcare System (VALBHS), has a requirement for Artwork/Hidden Headwall, Right/Left Slide, Swivel Outlets. 2.B. Scope. The purpose of this contract is to purchase Artwork Hidden Headwalls, specifically Hospital Systems Inc, Hidden Headwall Equipment or Equivalent (Swivel Outlets, Vacuum Bottle Slide, Flow Meters, Vacuum Regulators). These will provide a less clinical atmosphere to medical rooms, while providing the medical personnel with quick and easy access to the electrical and medical gas service. The contractor must provide the following: 2.B.1. Provide Artwork/Hidden Headwall, Right/Left Slide, Swivel Outlets. 2.C. Specific Requirements: The Contractor must provide Hospital Systems Inc, Headwall Equipment or Equivalent. Artwork Hidden Headwalls, which must contain the capabilities and specifications listed in the salient characteristics, enclosure 3. 2.D. Installation: In Addition to purchasing the Artwork Hidden Headwalls, the contractor shall provide the following 3 steps for this installation: 2.D.1. Install the door hardware that will support the door and allow the door to slide into the open and closed position. 2.D.2. Install the artwork hardware to receive the artwork being hung/installed on the door. 2.D.3. Hang the picture (artwork) on the door that will slide open and closed on the hardware. 2.E. Other Assembly & Installation Instructions: 2.E.1. The vendor is required to manage and coordinate installation at the VALB with the Program Manager. 2.E.2. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours (8:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. 2.E.3. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 2.E.4. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. 2.E.5. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VALB. This On-site representative may also be the installer. 2.F. Delivery Instructions: 2.F.1. Delivery shall be freight on board (FOB) Destination. 2.F.2. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.F.3. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1500 (i.e.: 8:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. 2.F.4. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 2.F.5. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. 2.G. Use of Warehouse: 2.G.1. If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. 2.G.2. The vendor shall communicate through the VA POC any required coordination requirements. 2.H. Clean Up and Disposal: 2.H.1. There are no dumpsters available for vendor use. 2.H.2. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. 2.I. Deliverables 2.I.1. The vendor shall provide specifications for site prep for their product as required. 2.J. Training 2.J.1. The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record a video of the training and provide a copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. 2.K. Safety 2.K.1 The project may be an active construction site during delivery and installation. The vendor will take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor will assume responsibility for taking precautions for the vendor s (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). 2.L. Place of Performance: The items will be at the VA Long Beach Healthcare System. The exact location will be provided upon award for installation location purposes. 3. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.211-6, Brand Name or Equal 3.B. FAR 52.212-1, Instructions to Offerors Commercial Items 3.C. FAR 52.212-2, Evaluation Commercial Items 3.D. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.E. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.F. VAAR 852.212-71, Gray Market Items 3.G. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.H. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c74d623ef0d4b98b51efdfdeff767af/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 E. 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06428451-F 20220818/220816230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.