Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
DOCUMENT

65 -- WHEEL CHAIR LIFT FOR CHAPTER 31 VETERAN - Attachment

Notice Date
3/3/2015
 
Notice Type
Attachment
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of Veterans Affairs;VBA Central Area Contracting Team;Attn: Robert Mulheran; RM G807;1 Federal Drive, Fort Snelling;Saint Paul, MN 55111-4050
 
ZIP Code
55111-4050
 
Solicitation Number
VA101V15Q0351
 
Response Due
3/19/2015
 
Archive Date
4/18/2015
 
Point of Contact
Robert R. Mulheran
 
E-Mail Address
612-970-5695<br
 
Small Business Set-Aside
Total Small Business
 
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.VA101V-15-Q-0351 RFQ. iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-79, December 15, 2014 and Federal Acquisition Circular 2005-78, December 26, 2014. iv.The solicitation is set aside for Small Business concerns only. The applicable NAICS Code for this solicitation is 333921, and the Small Business Size limitation is 500 Employees. v.CLIN 0001: FURNISH/INSTALLATION OF INCLINED PLATFORM LIFT FOR A TURNING STAIRWAY, Quantity: 1, Unit of Issue: LT. vi.Description of Requirement Scope of Work: This requirement is the BRANDNAME OR EQUAL solicitation of a GAVAVENTA Model ARTIRA INCLINED PLATFORM LIFT FOR TURNING STAIRWAYS which includes the AUXILIARY POWER SYSTEM (Battery). The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to furnish and install an INCLINED PLATFORM LIFT FOR A TURNING STAIRWAY. Site of installation is the residence of a disabled Veteran in a wheelchair located in Wessington Springs, South Dakota (Exact address provided separately to interested parties). INCLINED PLATFORM LIFT will include a means of operation during times of residence power loss. Possible options include backup battery or accessible backup generator. Each Vendor will gather details of exact site conditions during site visit. Requirement to be considered "turn-key" in that the quote should include all costs associated with procurement of INCLINED PLATFORM LIFT FOR A TURNING STAIRWAY, site preparation, installation, and connection to residential power. Work will only be considered complete once LIFT is operational and tested. Test will include testing operation during residential power loss. SITE VISIT: Date: 11 March 2015 Time: 10:00 AM LOCAL SITE VISIT POINT OF CONTACT: Name: Kevin McCarthy Phone: +1 (605) 333-6845 E-Mail: Kevin.McCarthy4@va.gov vii.Period of Performance: 30-60 days after receipt of order. FOB Destination:(Disabled Veteran's Residence) Wessington Springs, SD 57382 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this solicitation. The following is added as addenda: Quotes should be submitted via email to Contracting Officer, Robert Mulheran at Robert.Mulheran@va.gov. Quotes are due via email by the date and time noted in paragraph xv. Quotes should include the following: -Make and Model of the INCLINED PLATFORM LIFT FOR A TURNING STAIRWAY being quoted. -Address all Materials supplied. -Address site preparations. -Address installation including time line. -Address any items of note that are NOT being provided under the Vendor's quote but may impact proper operation of installed LIFT. Provisions: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) 52.211-6 Brand Name or Equal (AUG 1999) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74 Award Without Exchanges (JAN 2003) ix.FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this solicitation. The Government will evaluate offers submitted in response to this solicitation on a Best Value basis. (a)Price. As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. (1)A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. (2)A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. (3)All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. (b)Technical Acceptability. As this is a Brand Name or Equal solicitation, Contractors are required to submit appropriate technical information on any suitable substitute they may be proposing instead of the brand name and model cited in paragraph vi. Failure to submit this documentation or determination by the Government that the proposed substitute does not meet the specifications required by the Government will render the quote non-responsive, and will not be considered for award. Some general specifications required include: i.Inclined Platform Lift usable in a residential setting. ii.Inclined Platform Lift usable in turning stairways. iii.Inclined Platform Lift usable in situations of temporary loss of residential power. Award will be made to the Vendor that comprises the Best Value to the Government in review of quoted price and technical acceptability of quoted product. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2014) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer if not up to date on SAM.GOV. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014) applies to this solicitation. The following clauses are added as addenda: Clauses: 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) VAAR 852.246-70 Guarantee (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract 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) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments. xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items (DEC 2014), 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 2013) (8)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (14) 52.219-6Notice of Total Small Business Set-Aside (NOV 2011) (22)52.219-28Post-Award Small Business Program Representation (JUL 2013) (25) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) (26)52.222-19Child Labor - Cooperation with Authorities and Remedies (JAN 2013) (E.O. 13126) (26)52.222-21Prohibition of Segregated Facilities (FEB 1999) (28)52.222-26Equal Opportunity (MAR 2007) (E.O. 11246) (30)52.222-36Affirmative Action for Workers with Disabilities (JUL 2014) (39)52.223-18Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (40)52.225-1Buy American Act - Supplies (MAY 2014) (43)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (49)52.232-33Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) xiii.N/A xiv.N/A xv.Offers are due not later than March 19, 2015 by 10:00PM Central Time. Offers may be submitted electronically to robert.mulheran@va.gov or faxed to (612) 970-5695. Offers may be submitted by mail to the following address: Department of Veterans Affairs Support Services Division (335/24) Attn: Robert Mulheran, Contracting Officer 1 Federal Drive, Fort Snelling St. Paul MN 55111-4050 xvi.For additional information, please contact the Contracting Officer, Robert R. Mulheran at (612) 970-5690, or by e-mail to robert.mulheran@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0351/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0351 VA101V-15-Q-0351.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1894163&FileName=VA101V-15-Q-0351-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1894163&FileName=VA101V-15-Q-0351-000.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: (* EXACT ADDRESS PROVIDED UPON REQUEST *);Wessington Springs, South Dakota
Zip Code: 57382
 
Record
SN03657716-W 20150305/150303235354-3ad066de4928c5a86151bc8ad27a9a49 (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.