Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
DOCUMENT

71 -- Furnish three hundred (300) additional articulating desk workstations to RO. - Attachment

Notice Date
9/10/2015
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Central Area Contracting;125 S. Main Street;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V15Q0750
 
Response Due
9/21/2015
 
Archive Date
11/20/2015
 
Point of Contact
Kris Kelly
 
E-Mail Address
kelly@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.VA101V-15-Q-0750 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83. iv.The solicitation is set aside for small business concerns only. The applicable NAICS Code for this solicitation is 337214 and the Small Business Size limitation is 500 employees. v.The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide 300 articulating desks. vi.Description of Requirement: 300 Articulating Desk Workstations vii.This Statement of Work delineates the type of articulating desks/ workstations required by the VA. Part 1. General Information 1. Background: The Department of Veterans Affairs (VA) Muskogee VA Regional Office has a requirement to provide300 Articulating Desk Workstations to the RO. 1.2. Scope of Work: The contractor shall furnish 300 Articulation Desk Workstations. These raising workstations will be a counter balance system that requires no drilling, clamping on to, or other changes to the existing workstation. The workstations shall also be spring assisted to allow for effortless raising and lowering and be fully assembled upon delivery. All workstations must be black in color. 1.3. Period of Performance: The contractor shall complete the work required under this RFQ by September 30, 2015 or sooner, unless otherwise directed by the Contracting Officer. If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. 1.4 Type of contract: The Government contemplates award of a Firm Fixed Price contract. 1.5 Superintendence: The contractor shall, at all times, while the work is performed under this contract, provide supervision and superintendence of workers. 1.6.. 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 delivery order are the exclusive property of the US Government and shall be submitted to the Contracting Officer at the conclusion of the delivery order. 1.7 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 delivery order. No information shall be released by the contractor. Any request for information relating to this delivery order presented to the contractor shall be submitted to the Contracting Officer for response 1.8 Delivery: 200 workstations shall be delivered to 125 S. Main Street, Muskogee, OK 74401 and 100 workstations shall be delivered to 800 E. Okmulgee, Muskogee, OK 74401. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2015) 52.204-17 Ownership of Control of Offeror (NOV 2014) 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: 1.Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor's offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor's overall offer will be found to be Technically Unacceptable. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 5.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (FEB 2015) 52.204-18Commercial and Government Entity Code Maintenance (JULY 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) Subcontracting Commitments - Monitoring and Compliance: This solicitation includes VAAR Clause 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 the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required 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 of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory 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. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) 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 and First-Tier Subcontract Awards (Jul 2013) (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (14)52.219-6 Notice 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) (27)52.222-21Prohibition of Segregated Facilities (FEB 1999) (28)52.222-26Equal Opportunity (MAR 2007) (30) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (39)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (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 no later than September21, 2015 by 4:00 PM Central Time. Offers shall be submitted electronically to email address tinie.kelly@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-15-Q-0750. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Kris Kelly at 918-486-8649 or by e-mail to tinie.kelly@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V15Q0750/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0750 VA101V-15-Q-0750.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2309836&FileName=VA101V-15-Q-0750-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2309836&FileName=VA101V-15-Q-0750-000.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: 125 S. Main Street;Muskogee
Zip Code: 74401
 
Record
SN03879583-W 20150912/150910235628-a77d5e1b7308c18f2ab122fe9ad360da (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.