Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

71 -- INSPACE SYSTEMS FURNITURE FOR HUNTINGTON REGIONAL OFFICE

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;SUPPORT SERVICES DIVISION (362/24);6900 ALMEDA ROAD;HOUSTON TX 77030-4200;(713) 383-1987
 
ZIP Code
00000
 
Solicitation Number
VA36211RQ0016
 
Response Due
9/20/2011
 
Archive Date
12/19/2011
 
Point of Contact
JOHN A. PLAYER
 
Small Business Set-Aside
N/A
 
Description
i.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. ii.VA334-11-RQ-0016 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for service-disabled veteran-owned small business concerns only. The applicable NAIC Code for this solicitation is 337214, and the Small Business Size limitation is 500 employees. v.The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to furnish, install and configure Inscape Platform systems furniture cubicles. The Government shall only accept Inscape Platform systems furniture. No substitutes will be accepted. PDF Drawings of the Workstation Typicals may be obtained from the Contracting Officer, John A. Player, via e-mail at john.player2@va.gov. CLIN 0001: Workstation Typical B, Quantity: 6, Unit of Issue: EA CLIN 0002: Workstation Typical C, Quantity: 82, Unit of Issue: EA CLIN 0003: Workstation Typical D, Quantity: 4, Unit of Issue: EA CLIN 0004: Workstation Typical I, Quantity: 4, Unit of Issue: EA CLIN 0005: Installation and Removal of Current Workspaces, Quantity: 1, Unit of Issue: JB CLIN 0006: Project Management Services, Quantity: 1, Unit of Issue: JB CLIN 0007: Design/Layout Services, Quantity 1, Unit of Issue: JB vi.Description of Requirement 1.Scope: The VA Huntington Regional Office needs to replace 92 exiting employee workstations on the second floor and expand the number of workstations to accommodate growth. The floor requires modular style furniture (Inscape) with ergonomic keyboards, desktop heights of 30 inches and adjustable down to 28 inches, 2 open shelves w/under-shelf lighting, one 2-draw metal lateral and 1 mobile pedestal w/seat top. Ergonomically designed workstations for employees are necessary. New workstations need to address safeguarding of personal identifiable information on Veterans (customers). Estimate needs to include disassemble and removal of existing modular furniture (92 units). Estimate needs to include disconnecting electrical and data from existing modular furniture (92 units). Reconnecting 92 and adding 2 double power outlets and 1 tri-data port for 2 to 4 additional units. Designs services will be necessary with an order date of not later than 30 Sep 2011 and delivery/installation by 31 Dec 2011. The floor will require the replacement of 92 workstations and adding 2 to 4 additional workstations, if space permits and funding permits. All workstations will require power and data. See attached drawings of current layout and possible new layouts. An electronic floor plan in AutoCAD format can be provided. Work will need to be done in 3 to 4 phases. Station only has flexibility to relocate 30 employees at a time. 2.Performance Period: The contractor shall complete the work required under this SOW within 90 calendar days or less from receipt of the order, unless otherwise directed by the Contracting Officer. 3.Type of Contract: The government contemplates award of a firm fixed-price contract for the work to be performed under this Statement of Work. 4.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 5.McNamara-O'Hara Service Contract Act Wage Determination: This contract incorporates the wages and fringe benefits of the following wage determinations Wage DeterminationOccupation Wage (Including Fringe Benefits) 05-2573, Revision 11Furniture Handler$15.17 The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. 6.Superintendence: The contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. 7.Changes To Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 8.Confidentiality and Non-Disclosure 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. vii.Period of Performance: 90 Days After Receipt of Order FOB Point: Department Of Veterans Affairs Huntington Regional Office, Second Floor 640 4th Avenue Huntington WV 25701 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998) 52.211-6Brand Name or Equal (AUG 1999) 52.216-1Type of Contract (APR 1984) VAAR 852.270-1Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74Award Without Exchanges (JAN 2003) ix.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.211-73Brand Name or Equal (JAN 2008) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) VAAR 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.246-70Guarantee (JAN 2008) VAAR 852.246-71Inspection (JAN 2008) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Veteran Owned Business Set Aside (DEC 2009). Accordingly, any contract resulting from this solicitation will include this clause. 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 review or obtained in the course of assisting the CO in the 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 by 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. xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2010) (6)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (7) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (21)52.219-28Post-Award Small Business Program Representation (APR 2009) (25)52.222-19Child Labor - Cooperation with Authorities and Remedies (JUL 20010) (26)52.222-21Prohibition of Segregated Facilities (FEB 1999) (27)52.222-26Equal Opportunity (MAR 2007) (29)52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (36)52.223-18Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (37)52.225-1Buy American Act - Supplies (FEB 2009) (40)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (46)52.232-34Payment by Electronic Funds Transfer - Other than Central Contractor Registry (MAY 1999) Paragraph c clauses applicable: (1)52.222-41Service Contract Act of 1965 (NOV 2007) (2)52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) This solicitation incorporates Wage Determination 05-2325, Revision 11 for Lancaster County, Nebraska. The class of employee that is anticipated to be used is Electronics Technician II at a labor rate of $26.94 including fringe benefits. xiii.N/A xiv.N/A xv.Offers are due not later than September 20, 2011 by 2:00PM Central Time. Offers may be submitted electronically to john.player2@va.gov or to (713) 383-1942. Offers may be submitted by mail to the following address Department of Veterans Affairs Support Services Division (362/24) Attn: John Player, Contracting Officer 6900 Almeda Road Houston TX 77030-4200 xvi.For additional information, please contact the Contracting Officer, John A. Player at (713) 383-1987, or by e-mail to john.player2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HouVARO/HouVARO362/VA36211RQ0016/listing.html)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;HUNTINGTON REGIONAL OFFICE;640 4TH AVENUE;HUNTINGTON WV 25701
Zip Code: 25701
 
Record
SN02574615-W 20110915/110914000735-3b161576f63448b87f65732268e5ea2f (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  © 1994-2020, Loren Data Corp.