Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
DOCUMENT

K -- reupholster services bldg 69 - Attachment

Notice Date
4/5/2012
 
Notice Type
Attachment
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24412Q0400
 
Response Due
4/13/2012
 
Archive Date
4/14/2012
 
Point of Contact
Elaine F DiBucci
 
E-Mail Address
822-3779<br
 
Small Business Set-Aside
N/A
 
Description
1) 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; quotes are being requested and a written solicitation will not be issued. 2) This solicitation, VA244-12-Q-0400, is being issued as a Request for Quotes (RFQ) Firm Fixed Price contract. Simplified Acquisition Procedures (SAP) is being used for the solicitation. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. 4) This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 811420. The size standard for NAICS 811420 is $7 million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. 5) Contractor should use the following for CLIN structure when submitting quotes: Item 1: _______Description: PRRTP -Armless Desk Chair Qty: 24 Total yardage required per unit (approximate, bidder to verify): 1.5 yards Fabric: Back: Maharam Random 466072 Color 007 Brandy Seat: DesignTex Arigano 3411-107 Color: French Toast Item 2: _______Description:PRRTP - Club Chair A Qty: 5 Total yardage required per unit (approximate, bidder to verify): 5 yards Fabric: DesignTex Bolzano 3412-301 Color: Black Cherry, Item 3: _______Description: PRRTP -Club Chair B Qty: 5 Total yardage required per unit (approximate, bidder to verify): 5 yards Fabric: Seat Only: Momentum Carouse Ablaze Rest of Chair: Arc Com Iguana AC-67530 Color: Russet #1 Item 4: _______Description: PRRTP -Dining Room Chair Qty: 16 Total yardage required per unit (approximate, bidder to verify): 0.75 yards Fabric: Back: Maharam Random 466072 Color 007 Brandy Item 5: _______Description: PRRTP -Love Seat B. Qty: 5, Total yardage required per unit (approximate, bidder to verify): 9 yards Fabric: Seat Only: DesignTex Avenza 3408-702 Color: Outback Rest of Love Seat: Maharam Tier 466051 Color: Nutmeg 005 Item 6: _______Description: Villas- Armless Desk Chair Qty: 74, Total yardage required per unit (approximate, bidder to verify): 1.5 yards Fabric: Back: Maharam Random 466072 008 Radicchio Seat: DesignTex Avenza 3408-302 Color: Cranberry Item 7: ______Description:Villas -Side Chair, Bedside, with arms Qty: 74 Total yardage required per unit (approximate, bidder to verify): 1.5 yards Fabric: Back: Maharam Random 466072 008 Radicchio Seat: DesignTex Spandau 3410-503 Color: Forest Item 8: _______Description: Villas -Side Chair, Living Room, with arms Qty: 40 Total yardage required per unit (approximate, bidder to verify): 1.5 yards Fabric: Back: DesignTex Bolzano 3412-102 Color: Bark Seat: DesignTex Bolzano 3412-102 Color: Bark Item 9: _______Description: Villas -Club Chair, Living Room Qty: 20 Total yardage required per unit (approximate, bidder to verify): 5 yards Fabric: Back: DesignTex Pianta 3225-101 Color: Red Earth Seat: DesignTex Spandau 3410-301 Color: Salsa Item 10: ______Description: Villas -Love Seat, Living Room Qty: 20, Total yardage required per unit (approximate, bidder to verify): 9 yards Fabric: Back: DesignTex Migration 3246-103 Color: Gold Leaf Seat: DesignTex Spandau 3410-503 Color: Forest Item 11: ______Description:Villas -Dining Chairs Qty: 80, Total yardage required per unit (approximate, bidder to verify): 0.75 yards Fabric: Seat: Maharam Random 466072 008 Radicchio 6) Description of Requirement: This project will occur at the VA Pittsburgh Healthcare System, Heinz facility, located at 1010 Delafield Rd Pittsburgh PA 15215 in Bldg 69 across two departments (PRRTP & Villas). These departments have their own needs identified in the Statement of Work attached to this combined synopsis. This project will be phased. Bidder is to produce a phasing schedule. No more than (1) piece of furniture from each department should be absent at any given time. Coordination with VA Interior Design and the end users is crucial to the success of this project. VA Interior Design and the end users will need to approve the phasing schedule before any work is completed. Bidders are to verify yardage requirements. The furniture is made by Softcare (now Steelcase Nurture) and is 3 years old. Wood refurbish is not a part of this project. 7) Period of performance is May 15, 2012 - April 14, 2013 8) FAR 52.212-1 - Instructions to Offerors-Commercial Items. Provision incorporated by reference. Additionally: FAR 52.225-25 Prohibition on contracting with entities engaging in sanctioned activities relating to Iran --Instructions to Offerors - Evaluation Factors-- All questions and inquiries about this solicitation must be submitted in writing via email to elaine.dibucci@va.gov on or before April 12, 2012 by 4:00 PM EST. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Offerors must submit all proposals electronically by email to elaine.dibucci@va.gov on or before the proposal due date of April 20, 2012 at 4:00 PM EST. No hardcopy proposals will be accepted, and late offers will not be accepted. Offeror must submit a cost proposal as a separate document. The VA Pittsburgh Healthcare Systems intends to award a Firm Fixed Price contract based on Lowest Price Technically Acceptable (LPTA) Methodology. Resultant contract will be awarded to the Offeror whose proposal conforms to this combined Synopsis/Solicitation, statement of work (SOW) documentation, is deemed acceptable, and provides the lowest price. The SOW has been uploaded within this combined synopsis/solicitation under a separate attachment which can be accessed via the link below entitled "additional documents". The following documentation must be included with the proposal: 1) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449 or letterhead stationary or as otherwise specified in the solicitation. At a minimum, offers must show: a) Solicitation Number; b) The time specified in the solicitation for receipt of offers; c) The name, address, and telephone number of the Offeror; d) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; e) Terms of express warranties, if any; f) Price and any discount terms; g) "Remit to" address, if different than mailing address; h) A completed copy of the representations and certifications at FAR 52.212-3; i) Acknowledgement of solicitation amendments, if any; j) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 2) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. 9) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. IAW FAR 12.603, the following factors shall be used to evaluate offers: Technical Capability and Price. The Lowest Price Technically Acceptable (LPTA) Methodology will be utilized. Resultant contract will be awarded to the Offeror whose proposal conforms to this combined Synopsis/Solicitation, statement of work (SOW) documentation, is deemed acceptable, and provides the lowest price. 10) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (www.bpn.gov) at the time of proposal submittal. Include a completed copy of provision FAR 52.212-3 with offer. 11) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. VAAR 852.203-70 Commercial Advertising VAAR 852.237-70 Contractor Responsibilities VAAR 852.273-76 Electronic Invoice Submission 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219.28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of equivalent rates for federal hires *Employee Class Upholsterer - Monetary Wages $16.22 an hour, health and benefit $3.59 an hour FAR 52.222-44 Fair Labor Standards Act and Service Contract Price Adjustment 14) PROPOSAL DUE DATE: Offerors must submit all proposals electronically by email to elaine.dibucci@va.gov on or before the proposal due date of April 20, 2012 at 4:00 EST. No hardcopy proposals will be accepted, and late offers will not be accepted. 16) QUESTIONS & ANSWERS: All questions and inquiries about this solicitation must be submitted in writing via email to elaine.dibucci@va.gov on or before April 12, 2012 by 4:00 PM EST. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24412Q0400/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-Q-0400 VA244-12-Q-0400_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318100&FileName=VA244-12-Q-0400-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318100&FileName=VA244-12-Q-0400-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02715070-W 20120407/120405235552-eac19c29dc49566bdca77304fdabf788 (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.