Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
DOCUMENT

70 -- MONITOR ENCLOSURES - Attachment

Notice Date
6/29/2016
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Conracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0743
 
Response Due
7/6/2016
 
Archive Date
10/13/2016
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-16-Q-0743 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-16-Q-0743 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disable Veteran Owned Small Business (SDVSOB). The North American Industry Classification System (NAICS) code 541511 (Custom Computer Programming Services, size standard of $27.5 million. (v) This requirement consists of the following: Item No. DescriptionQtyUnit of Unit Total Measure Price Price 0001MONITOR ENCLOSURES, CUSTOM MADE TO10EA$______$______ 55" FRAME SIZE TO FIT EXISTING MONITORS, FINISH: PLASTIC LAMINATE: PATTERN & COLOR: TBD. 0002MONITOR ENCLOSURE, CUSTOM SIZED 1EA$______$______ TO FIT EXISTING 42' MONITOR WITH SMARTSCREEN FEATURES, FREESTANDING KIOSK, BLACK: KIL542-RMG, FINISH: PLASTIC LAMINATE: PATTERN & COLOR: TBD 0003MONITOR ENCLOSURES, CUSTOM SIZED 4EA$______$______ TO FIT EXISTING MONITORS TO FIT 46" MONITORS, FINISH: PLASTIC LAMINATE: PATTERN & COLOR: TBD. 0004MONITOR ENCLOSURES, CUSTOM SIZED 44EA$______$______ TO FIT EXISTING 42" MONITORS, FINISH: PLASTIC LAMINATE: PATTERN & COLOR: TBD 0005INSTALLATION OF NEW FRAMES, MOUNTS1EA$______$______ & REMOVAL OF THE OLD MOUNTS. 0006CUSTOM PACKAGING, HANDLING, & 1EA$______$______ PREPARATION FOR INSTALLATION, INCLUDING COORDINATION & DESIGN FEE Total $___________ (vi) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL (OCT 2015) applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1- Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership Of Control Offeror NOV 2014; 52.225-18 Place of Manufacture (MAR 2015); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html & http://www.va.gov/oal/library/vaar HYPERLINK "http://www.va.gov/oal/library/vaar/" HYPERLINK "http://www.va.gov/oal/library/vaar/" HYPERLINK "http://www.va.gov/oal/library/vaar/"/ (End of Provision) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) (a) Definitions. As used in this clause-"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-(1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Provision) (End of Addendum to 52.212-1) (vii) 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of price and other factors. Award may be made to a higher priced offer on the basis of which proposal provides the best value to the Government. Price and Technical shall be the factors used to evaluate offers. When combined; technical is equal to price. EVALUATION CRITERIA: To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: "Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. "If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. "Documentation that confirms the company is certified SDVOSB registered in the System for Award Management (SAM) located at https:// www.sam.gov (End of Provision) (viii) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (APR 2016) applies to this acquisition. All offers shall include a completed copy of the provision at with your offer via the SAM.gov website or a written copy. These pages will not be counted against the 15 page limitation of the submitted offer. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www. HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/"sam HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/".gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (End of Provision) (ix) 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015), applies to this acquisition in addition to the following addenda's to the clause: 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015); 52.204-7 System for Award Management. (Jul 2013); 52.204-13 System for Award Management Maintenance (Jul 2013); 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014); 852.203-70 Commercial Advertising (Jan 2008); 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009); 852.232-72 Electronic Submission of Payment Requests (Nov 2012); 852.237-70 Contractor Responsibilities (Apr 1984). 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR NUMBERTITLEDATE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY JUL 2015 CODE MAINTENANCE 52.232-40PROVIDING ACCELERATED PAYMENTS TO DEC 2013 SMALL BUSINESS SUBCONTRACTORS (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The clause entitled "Brand name or equal" applies only to the following line items: (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) (End of Addendum to 52.212-4) (x) 52.212-5 CONTRACTS TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS: The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10; 52.209-6; 52.219-6; 52.219-27; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-40; 52.222-43 (WD 05-2473 (Rev 19) dated 01/05/2016); 52.223-18; 52.225-1; 52.225-2; 52.225-13; 52.232-33; 52.222-41; 52.222-44; 52.222-55; 52.222-50. (End of Clause) (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than June 4, 2016 at 2pm EST to Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE June 6, 2016 at 2:00 pm eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Janica Francis-Hunter, Contracting Officer Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0743/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0743 VA247-16-Q-0743.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2837487&FileName=VA247-16-Q-0743-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2837487&FileName=VA247-16-Q-0743-000.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: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, South Carolina
Zip Code: 29403
 
Record
SN04165596-W 20160701/160629234510-10724738a5e82cdea972af5d0402253d (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.