Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
DOCUMENT

72 -- Flooring for B. 76 - Attachment

Notice Date
6/26/2013
 
Notice Type
Attachment
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25613R1202
 
Response Due
7/2/2013
 
Archive Date
7/17/2013
 
Point of Contact
Bailey Long
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. NAICS code is 314110, size standard is 500 employees. Solicitation #RFP VA256-13-R-1202 Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67, effective June 21, 2013. All questions pertaining to this solicitation must be submitted by 12:00pm EDT July 1, 2013. Send all questions electronically to Bailey.long@va.gov Only electronic offers will be accepted. Offers must be submitted to Bailey.long@va.gov NO LATER THAN July 2, 2013 by 12:00 PM EST. INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.All "Equal" items must include additional technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, if necessary. This may include product literature, or other documents. Complete Technical Capability (Attachment 1) 2.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. 3.Contact information, Name, Phone Number, Fax Number and email address 4. Mailing address and Remit to address, if different than mailing address 5.Acknowledgment of Solicitation Amendments 6.Offeror's DUNS number 7.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) PRICE/COST SCHEDULE Please provide a unit price, extended amount and total amount for the all items. The total amount must be inclusive of any shipping cost. All quantities MUST be verified by the vendor PRIOR to work beginning. Listing of Supplies Required Description Estimated Quantities Cost TOTAL PRICE Patcraft 10129 Night Moves # 29305 435 Labor for Carpet Installation 435 Take up existing carpet 435 Move Furniture 435 Roppe # 147 Light Brown Base 980 LF. Mannington Solidpoint VCT#319 Suede 5 Boxes Labor to install VCT5 Boxes All other supplies needed to install the listed items. Central Arkansas Veterans Healthcare System Statement of Work (SOW) A. GENERAL GUIDANCE 1. Title of Project: Carpet and VCT flooring replacement in building 76 at the Central Arkansas Veteran's Healthcare System (CAVHS) North Little Rock campus. 2. Background: The purpose of this contract is to replace carpet and flooring in building 76. The current carpet and flooring are several years old and have stains that cannot be removed through cleaning. This flooring contributes to the sanitation and aesthetics in a building used for nutrition and food service. 3. Scope of Work: The contractor shall provide all labor. The contractor shall be responsible for moving furniture as required to complete the project. A CAVHS Nutrition and Food Service (N&FS) representative will provide guidance if furniture is required to be moved to a central location within building 76 during the project. The contractor shall remove the current carpeting in building 76, and then remove the carpeting from the CAVHS campus for final disposal. The contractor shall install the new carpet, installation precautions shall be in compliance with VA standards. The contractor shall install the VCT flooring, which shall be overlaid onto the existing VCT flooring. The contractor shall install rubber base in designated areas. Upon completion of the job contractor shall clean-up areas to the satisfaction of the N&FS representative. 4. Performance Period: July 16, 2013 - July 26, 2013 5. Type of Contract: Firm-Fixed Price B. CONTRACT AWARD MEETING The contractor shall not commence performance of the services identified in this SOW until the Contracting Officer (CO) has conducted a post-award conference, or has advised the contractor that a post-award conference has been waived. C. GENERAL REQUIREMENTS The Contractor shall warrant that carpet, VTC flooring, and base installation will be done in a workman like manner and the installation will be acceptable as determined by the government. D. SCHEDULE FOR SERVICES Normal business hours are Monday through Friday, 0800-1630, excluding Federal holidays. The contractor shall schedule with the N&FS representative for an agreeable installation date. E. CHANGES TO THE STATEMENT OF WORK The Contracting Officer (CO) is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the POC on all matters pertaining to the work being performed. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. Invoice and payment information should be sent to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-8971 F. GOVERNMENT RESPONSIBILITIES 1. The N&FS representative shall coordinate an installation date with the contractor and provide technical guidance as required during the project. 2. Quality Assurance Surveillance Plan: A N&FS representative shall periodically monitor the contractor's performance during removal and installation activities. Unsatisfactory performance should be reported to the CO for resolution. G. CONTRACTOR EXPERIENCE AND/OR REQUIREMENTS 1. Contract employees shall be trained in performing the installation of the carpet, VTC flooring, and base listed in the scope of work. 2. Contractors shall be equipped with all necessary tools, equipment, and any Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 3. Contract employees may be required, upon request, to provide the N&FS representative with Material Safety Data Sheets (MSDS) prior to bringing any chemicals to the facility for use. The MSDS shall be reviewed and approved by the N&FS representative prior to the chemicals being used. H. CONFIDENTIALITY AND NONDISCLOSURE 1. The Contractor understands and agrees that confidential information (patients, employee, or facility) must be secured and protected at all times. The Contractor and its personnel shall be held liable in the event a breach of confidentiality occurs as a result of the Contractor or its employees. J. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 1. Position Sensitivity: The position sensitivity/risk level has been designated as Nonsensitive/Low Risk. 2. Background Investigation: Not required. 3. Contractor Responsibilities: a. Contract employees shall be issued flash badges for physical access only. This requires for contract employees to: 1.Complete fingerprinting at the CAVHS badging station located in building 68 at the North Little Rock, AR campus. 2.Complete the OF306 and have two forms of federally acceptable ID. 3.Successfully complete a SAC background screening. b. The contractor shall pay for lost or missing employee badges issued by CAVHS. The cost for these lost or missing badges will annotated on and deducted from invoice payments. c. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. d. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. DELIVERY Offeror's proposed initial completion date:____________________ Days ARO FOB Destination. All shipping charges must be included in price of repair. Requested delivery date is 14 days after receipt of order (ARO). SHIPPING ADDRESS:VA MEDICAL CENTER 2200 Ft. Roots Drive BLDG 182 North Little Rock, AR 72214 SOLICITATION PROVISIONS/CONTRACT CLAUSES: 1.FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). 2.FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): 3.FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2013). 4.FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause items (b) 4, 6, 7, 21, 24, 25, 26, 27, 36, 38(iii), 40, 46 are considered checked and apply. 5.FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) 6.FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 7.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998); for the purpose of this clause, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 8.VAAR 852.203-70 Commercial Advertising (Jan 2008) 9.VAAR 852.211-70 Service Data Manuals (NOV 1984) (a) 811.107(a) 10.VAAR 852.246-71 Inspection (Jan 2008) 11.VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a)Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule. The Government will award to the offeror that will provide the Best Value to the government. The following factors shall be used to evaluate offers: 1.Price 2.Goods for installation are equal or better than the required supply list and are acceptable to the service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25613R1202/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-13-R-1202 VA256-13-R-1202.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=836697&FileName=VA256-13-R-1202-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=836697&FileName=VA256-13-R-1202-000.docx

 
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: Central Arkansas Veterans Healthcare System;2200 Ft. Roots Drive;BLDG. 76;North Little Rock, AR 72114-1709
Zip Code: 72114
 
Record
SN03100235-W 20130628/130626235144-b9431d4b28e42c531044d50a548616fb (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.