71--Combined Synopsis/Solicitation Renovation Furniture Requirement

expired opportunity(Expired)
From: Federal Government(Federal)
36C25918Q9774

Basic Details

started - 02 Aug, 2018 (about 5 years ago)

Start Date

02 Aug, 2018 (about 5 years ago)
due - 16 Aug, 2018 (about 5 years ago)

Due Date

16 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C25918Q9774

Identifier

36C25918Q9774
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Quote (RFQ) #: 36C25918Q9774SLC FurnitureThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 08/14/18All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.** Quotes are to be provided to Tamanica.danford-leaf@va.gov no later than 4:00pm EST, 08/16/18.This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9774. The government anticipates awarding a firm-fixed price contract resulting from this
solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018.The North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1000. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB).List of Line Items;ITEM #DESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT0001Description;Furniture per SOW 1JB__________________________0002Description;Design Fees1JB__________________________0003Description;Delivery and Installation Fees1JB__________________________GRAND TOTAL_____________Description of Requirements for the items to be acquired (salient characteristics);GENERAL1.1 Scope of Work1.1.1 All labor, material equipment and services necessary to furnish and install all Furniture and related components as indicated or specified.1.2 Quotation Documents1.2.1 Furniture Specification1.2.2 Furniture Drawings 1.3 Performance Requirements1.3.1 The specification covers the requirement for freestanding and wall mounted furnishings. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid.1.3.2 All furnishings shall be of a design, material and workmanship to withstand hard daily usage over an extended life with a minimum or maintenance and repair.1.3.3 The furniture dealership/contractor shall provide and be responsible for the technical assistance, development and generation for final specifications and field verify all dimensions.1.3.4 Warranty shall include parts, shipping, travel and service. Each item shall have its minimum coverage period stated below per each item.1.4 Testing Requirements1.4.1 All tests indicated herein must be conducted by an independent testing laboratory. Test results must not be more than two years old. Test reports should include complete descriptions of the material and construction, certified by the testing laboratory.1.4.2 All lighting shall be UL approved.1.4.4 Any test which in not performed or not in accordance with the testing requirements specified shall be identified by the Bidder as a proposed exception and shall be submitted for prior approval.1.5 Submittals1.5.1 Submittals required with the Bid are as Follows: 1.5.2.1 Submit price list for all product Bid 1.5.2.2 Submit and estimate Installation schedule.1.5.2.3 Submit shop drawings for all custom product, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing.1.5.2.4 Submit all furniture warranties and maintenance manuals to owner.1.6 Delivery, Storage and Handling of Materials1.6.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage.1.6.2 Dealership is responsible for storing product in their warehouse until the job site is ready for installation. 1.6.2.1 Product shall be stored flat in a cool, dry place 1.6.2.2 Do not subject to moisture.1.6.3 Deliver no components to project site until areas are ready for installation. 2.0 PRODUCT2.1 General2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, scorching from heat of a cigarette, and exhibit to flaking, cracking, or loss or adhesion.2.1.2 Furnishings shall have smooth finishes with not hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing.2.1.3 Product shall match existing furniture finishes.2.2 (HAW1) Height Adjustable Tables: Herman Miller, Motia, Sit to Stand Tables, or equal2.2.1 Tables shall be hard, durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. 2.2.2 Tables need to meet or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001)2.2.3 Tables must contribute to LEED Credits2.2.4 Tables must have a minimum warranty of 12 years to lifetime, 3-shifts for worksurfaces, and finishes; and 5 year, 3-shift warranty for all electrical sub-systems and operational and moving parts.2.2.5 Tables shall be electric height-adjustable tables that support seated and standing postures to provide more choice.2.2.6 Tables shall be30 D x 60 W, 24 D x 48 W, and 24 D x 60 W. Refer to drawings for additional2.2.7 Table shall meet ANSI/HFES and BIFMA recommended height range for height adjustable tables 22 -48 +/- 1 2.2.8 Tables shall offer slim profile understructure positioned to the rear of the worksurface to enhance knee clearance. 2.2.9 Table shall be laminate finish natural maple to match VA SLC standards with a square edge.2.2.10 Table worksurface width shall be 2 less than nominal and worksurface depth shall be 1 less than nominal to account for pinch point hazards and cable routing.2.2.11 Table shall have T-Leg configuration.2.2.12 Table shall offer foot that a standard pedestal and credenza with casters or two-inch feet can be placed over without modification.2.2.13 Table shall have the ability to mount Monitor arms directly to the back of the worksurface for increased privacy.2.2.14 Table shall be powered by 120VAC2.2.15 Table power can either be routed outside either leg or provide an option for a factory installed power cord to be routed through the leg to provide a seamless and clean aesthetic.2.2.16 Table shall have a simple touch switch a basic up/down push button switch. Push the up button to raise the table and push the down button to lower the table.2.2.17 Table shall be constructed of independent legs which can be retrofitted to a different width top after initial installation.2.2.18 Table shall be Greenguard certified.2.2.19 Table shall be FSC Certified.2.2.20 Tables shall have a minimum capacity of lifting 250 lbs minus the weight of the worksurface.2.2.21 Tables to move up and down at approximately 1.5 second.2.2.22 Table s power drawer is as following: Table at rest: 0.01 amps Empty table moving up: 2.2amps Table w/ 100lbs moving up: 4.0amps Max allowable draw: 9.0amps2.2.23 Tables legs to be in finish silver2.3 (MSF1) Modular Systems Furniture, Herman Miller Action Office, or equal2.3.1 Locks shall be standard. Lock mechanisms must be flushed with the front of the cabinet and cannot protrude past the face of the cabinet.2.3.2 Multiple lock options (interchangeable in field, master key must be available for facility) All cabinets keyed with one lock number or any combination of key numbers per station at no extra cost. 2.3.3 A Master key shall be provided per job at no extra cost.2.3.4 All surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes.2.3.5 Available in a variety of top shapes and sizes with coordinating storage components, transaction tops, and panels to support and divide space.2.3.6 Meets Greenguard or equivalent Certification for low emission of VOC s and indoor air quality for office furniture. 2.3.7 Manufactured in an ISO9001 certified plant.2.3.8 System must be available on quick ship program and lead times ranging from shipment 10 days after receipt to reserved manufacturing time.2.3.9 The system must anticipate future change and ensure availability for a period of 5 years.2.3.10 Systems to have a minimum limited lifetime warranty. 2.3.11 Acoustical panels must be construction with hardboard stiles and rails, panel core of a corrugated, honeycombed paperboard, hardboard panel faces laminated to the front and back of the core and the frame and covered with fire-retardant layered fiberglass and aluminum foil. The hardware must consist of cold-rolled steel and cast aluminum. 2.3.12 The panels must meet or exceed ANSI/BIFMA requirements for mechanical strength.2.3.13 The panels must support as many components as can physically fit within the dimensions of the panel.2.3.14 Panels stability must meet ANSI/BIFMA standard X5.62010 and UL-1286-2008, section19.3.1, and measured with a Chatillon 100# digital force gauge and an inclinometer.2.3.15 The panels must have a noise reduction coefficient of .65 minimum and a sound transmission class of 29. The panel must be UL listed and have a Class A fire-retardant. 2.3.16 The panels must be available in 32, 39, 47, 53, 62, 67, and 85 heights2.3.17 The panels must be available in 12, 18, 24, 30, 36, 42, 48, and 60 widths.2.3.18 Panels must be equipped with two individual adjustable leveler glides to provide uniform height for adjacent units on uneven floors, and the capability of easily relocating an entire run of panels by sliding over the floor without disassembly of modular counters and shelf storage units.2.3.19 The panel systems must provide two base cover options.2.3.20 The panel system must employ a non-progressive entry system where installation may begin with any partition in the run. Once erected, any partition must be removable, replaceable, and relocatable without taking out any other partition or violating the integrity of the panel system. 2.3.21 Panels must be less than 2 inches thick and lightweight.2.3.22 Panels must be tackable.2.3.23 Return panels used for system structural stability must match or exceed the width of the work surface. Work surfaces must be able to be attached with proper return panels without the need for counterbalancing.2.3.24 Stacking panels, fabric and glazed must be load bearing on first and second tier.2.3.25 Stack elements must be able to be added or removed without reconfiguration of foundation panels.2.3.26 The connection system must be metal-to-metal and adjustable (the tighter the adjustment, the tighter the connection). The connection system must be installable using fewer than three standard carpentry tools. 90 and 120-degree connector options should be available.2.3.27 All panel connections must be filled and sealed to conceal electrical wiring, and connectors must be available for two-, three-, and four-way angles, and straight-line connections.2.3.28 Wall strips for panel connection must be available in five, six-, and seven-foot lengths2.3.29 The panel system must meet the Class A requirements for flame spread and smoke development as specified by the National Fire Protection Association (NFPA) in the 2009 Life Safety Code No. 101 and UL listed by the Underwriters Laboratories requirements for use with energy distribution components.2.3.30 The system must be capable of integrating with previous generations of the system. A written commitment to non-obsolescence can be provided by the manufacturer.2.3.31 Panels must accommodate 65 Category 6, 4-pair UTP cables or 83 Category 5, 4-pair UTP cables at a 60% fill rate; without power, accommodates 134 Category 6, 4-pair UTP cables or 173 Category 5, 4-pair UTP cables at a 60% fill rate.2.3.32 An optional nonconductive barrier(s) in the raceway to maintain voice/data isolation from the electrical system shall be provided. If a nonconductive barrier(s) is not provided through the base raceway, the officer must bring this to the attention of the contracting officer and provide an acceptable equivalent.2.3.33 The panel must accommodate a work surface featuring a cable trough.2.3.34 The modular office system shall include an electrical device that turns on and off two circuits of electrical power based on workstation occupancy to save energy, while leaving other electrical circuits always on. This system shall be UL listed, and meet all federal, state, and local codes for permanent installation and use.2.3.35 Four-circuit, eight-wire power must be available at baseline.2.3.36 The system's eight-wire power must consist of four 12-gauge line conductors, two 10-gauge neutral conductors, one system ground conductor, and one isolated ground conductor. The system must have the capability to be installed in the following configurations:2.3.37 Three 20-amp circuits utilizing a common neutral and system ground, and a fourth, dedicated 20-amp circuit utilizing separate line, neutral, and ground conductors.2.3.38 Two 20-amp circuits utilizing a common neutral and system ground, and two 20-amp isolated ground circuits using the second 10-gauge neutral and isolated ground conductor2.3.39 One 20-amp circuit utilizing a neutral and system ground, and three 20-amp isolated ground circuits utilizing the second 10-gauge neutral and isolated ground conductor.2.3.40 The same panel power system can be used for either 90- or 120-degree connections2.3.41 The panel power system must offer cable access at floor level (baseline) and at the worksurface level (beltline).2.3.42 The panel system must feature eight-wire, four-circuit capability with up to three circuits of isolated ground protection and optional surge suppression for computers. The system must be able to offer up to 80 amps of power.2.3.43 The power system shall have capacity for two duplex outlets per panel side (total of four outlets) on all panels wider than 30 inches.2.3.44 The appropriate receptacles must be indicated with an orange alpha symbol and triangle on the face to identify the isolated ground.2.3.45 The product must feature vertical cable managers. The product must feature a six-inch-wide cable management panel frame that allows vertical cable management and access to voicedata at work surface level. The face cover must feature a joint approximately 27 inches above the floor to allow for access to the interior without removing a work surface. The solution must allow for top cap cable management, physical separation of power from voice/data (via a metal septum that runs vertically and creates two separate channels),concealed vertical distribution and access ports at other than baseline cable management covers. The power system must have an optional metal barrier that shields data lines from power lines within the cable management space to avoid electrical interference and tapping of data lines.2.3.46 The power system must be modular and be able to provide power selectively only at needed locations, and be rearranged without altering or disassembling the panel system. Power system must have access to any circuit via duplex receptacles. The power system must offer ceiling access or end-of-panel access.2.3.47 All panels should be powered at the factory to save installation time and costs, but power should be retrofittable in the field.2.3.48 Panel must come with hinged side covers with provide quick and easy access to electrical harnesses and telecommunications cables.2.3.49 The power system shall be reconfigurable without the need for an electrician (unless the reconfiguration involves the building power source).2.3.50 The power system must be factory installed with the ability to retrofit in the field to convert a nonpowered panel to a powered panel or vice-versa without taking out any other partition or violating the integrity of the panel system.2.3.51 Electrical system shall be non-handed and non-progressive.2.3.52 Refer to Furniture schedule and drawings for additional information.2.4 (TS1) Task Seating Herman Miller, Aeron, or equal2.4.1 Chair shall have a seat and back construction shall be a lightweight breathable material (stretched in two directions), which conforms to the user s body while minimizing pressure where the body and chair come in contact. The material shall offer 8 zones of varied support, matching the appropriate support to the different areas of the body. The material shall retain its original shape when unoccupied.2.4.2 The chair shall come in 3 sizes.2.4.3 The 3 chair sizes size A, size B, and size C shall fit a broad range of people. From 1st percentile female to 99th percentile male. In addition, one size (B) shall be able to meet the 5th percentile female to the 95th percentile male, with an extended pneumatic. For this order size B is the chosen size.2.4.4 The chair s tilt shall provide a smooth, firm ride (recline and return). The kinematics of the tilt shall allow for the body s natural pivot at the ankles, knees, and hips. Tilt options shall include a standard tilt, a tilt limiter, and tilt limiter and seat angle that allows the user to select the tilt range and either a standard seat angle or a seat angle of an additional 5° forward.2.4.5 There shall have an adjustable lumbar pad and a combination of adjustable sacral support and adjustable lumbar support with articulating paddles that conform to an individual s body.2.4.6 Chair arms shall be fully adjustable with height-adjustable arms with pivot.2.4.7 Chair to be finished in graphite (GI), Black base2.6 (LK1) Storage Wardrobe, Herman Miller, Tu Storage, or equal2.6.1 Storage units shall be a minimum of 22 gauge steel.2.6.2 Storage units shall be a welded construction.2.6.3 Storage units frame shall consist of 4 vertical members and corner reinforcements all spot welded to exterior case.2.6.4 Storage interior vertical members shall be 20-gauge steel.2.6.5 Drawer shall be of a minimum of 20-gauge steel with 16 gauge steel ball bearing slides.2.6.6 Drawer fronts shall have a full-width applied pull.2.6.7 Base and top will be integral to the unit 2.6.8 Pedestals to be box/file and 20 Deep.2.6.9 Pedestal drawer pulls to be full extension. 2.3.10 Pedestals to have integral pull style2.3.11 Pedestal will provide the following accessories: locks, counterweight, utility tray, file converter, compressor, file drawer organizer, and stationary divider.2.3.12 Box drawer to have full extension steel ball bearing. 2.3.13 Pedestals shall be mobile with 4 casters.2.3.14 Pedestal depths shall be available to accommodate all work surface depths.2.3.15 Wardrobe tower to be 9 w x 24 D x 46H2.3.16 Wardrobe tower to have integral pull style. 2.3.17 Wardrobe tower to provide locks as standard.2.3.18 Locks shall have a removable lock core on all storage units2.3.19 Locks shall be keyed alike per workstation. 2.3.20 Lock bar must be 18-gauge steel. 2.3.21 Wardrobes and pedestals to be backed enamel or electrostatic-applied epoxy powder coated and be warm white (LU) to match VA standards.2.3.22 Drawer interior finish shall be made from up to 50 percent recycled powder-coat paint.2.3.23 Storage to have a minimum 12 year, 3-shift warranty, including parts and labor.2.3.24 Products shall be Greenguard certified. 2.3.25 Products shall be 100 percent recyclable steel.2.4 (CS3) CPU Holder, Herman Miller, or equal2.4.1 CPU holder to be 4.875 W x 11 D2.4.2 CPU holder mounts under a surface and holds a CPU in a vertical or horizontal position.2.4.3 CPU slides out 11 1⁄2 and swivels 360 degrees for easy access to connections.2.4.4 CPU holder to hold up to 75 pounds and a maximum outside dimension of 64 2.5 Clamp power module, Herman Miller logic, or equal2.5.1 6 simplex receptacles on power modular2.5.2 Electrical distributor shall be clamp mounted with ability to mount on surfaces that are 1 -1 1⁄4 thick.2.5.3 Outlets shall be rated at 15A each2.5.4 Standby power (ghost/vampire/no load) shall be no more than 40mW2.6 (CS2) Quad monitor arm, Herman miller or equal.2.6.1 Monitor Arm Assembly shall be able to support 1, 2, or 4 monitors from (1) 30 H post with integrated cable management.2.6.2 Each monitor arm shall have the ability to move 180 degrees side to side, tilt 80 180 degrees, and rotate up to 360 degrees.2.6.3 Each arm shall have a quick disconnect feature, 100mm and 75mm VESA compliant.2.6.4 Each monitor arm shall support a monitor weight ranging from 5-20 pounds, and a 35 max screen width2.6.5 Double extension arms shall allow 24 of back and forth movement, folding arm back to post for more desk space.2.6.6 Product shall ship with clamp mount. Clamp mechanism shall be tool-less for ease of maintenance. 2.7 Privacy Screen, Herman Miller or equal.2.7.1 Screen clamps to the front and back of a surface and is movable without tools.2.7.2 Steel screen allows for attachment of the magnetic document clips, name tags, and magnetic marker boards Optional accessories.2.7.3 Screen comes with a ledge liner in a Twist Wicker Cat 2 upholstery.2.7.4 Clamp attaches to square edge surfaces with minimum 1 or 11/8 nominal thickness2.7.5 Clamps shall be designed to not interfere with table legs.2.7.6 Privacy Screen shall be a minimum of 11 high x 30 deep.2.8 Accessories2.8.1 Accessories shall match finishes of other Conventional Furniture items with the same location.2.9 Services2.9.1 Deliver and Install Product according to floor plans.3.0 EXECUTION3.1 Surface conditions3.1.1 Inspection3.1.1.1 Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence.3.1.1.2 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards.3.1.1.3 In the event of discrepancy, immediately notify the Designer.3.1.1.4 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.3.2 Installation and Workmanship3.2.1 Coordinate installations per construction schedule. Need two weeks notice to notify end users and coordinate computer and equipment moves by VA.3.2.2 All installation methods shall be in accordance with the printed instructions of the manufacturer.3.2.3 All items must be placed in the proper location as indicated on the Furniture Plans.3.2.4 All furnishings must be in working condition and completely assembled. All assembly and installation work involved in placing furniture shall be completed by the Dealership, including fastening or securing to walls when required.3.2.5 Each item must be clean and free from dust, packing marks, tags, labels, etc.3.2.6 All task lighting shall be installed with the correct lamp per the lighting manufacturer s instruction, and equipped with an appropriate cord and plug.3.2.7 All punch list items must be completed prior to acceptance by the Owner3.2.8 The furnishings shall be neat in appearance and from defects. Use no shims, wedges or similar job fashioned materials.3.2.9 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner.3.2.10 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition.3.2.11 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer.3.2.12 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time.3.3.13 Installers are responsible to check in with Interior Design, prior to installation each day to obtain VA vendor badges and must be worn above the waist and must be visible always. 3.3.14 Installers are responsible to follow VA vendor guidelines and wearing appropriate uniforms/clothing.3.3 Punchlist Inspection3.3.1 Punchlist inspection will not commence until the above items are complete and ready for inspection. If the Dealership schedules an inspection and the above items are not completed, the Dealership will be responsible for any and all additional costs incurred by the Owner s representative, including but not limited to travel costs and professional fees at the Owner s representative s hourly rate.3.4 Work Required by Others3.4.1 All work required by other trades shall be identified under this section by the Bidder.END OF SECTIONDelivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at VA Medical Center, 500 Foothill Blvd, Salt Lake City, UT 8414852.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIALGray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed.Any award made as a result of this solicitation will be made on an All or Nothing Basis.State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive.Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations.All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price.Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price.Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II PriceComplete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item.(End of Addendum to 52.212-1)52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work.Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price.Options (if requested); The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements.Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors.(End of Addendum to 52.212-2)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsFAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)FAR 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)FAR 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)FAR 52.219-8Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));FAR 52.219-28Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))FAR 52.222-3Convict Labor (June 2003) (E.O. 11755)FAR 52.222-19Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)FAR 52.222-21Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26Equal Opportunity (SEP 2016) (E.O. 11246)FAR 52.222-35Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)FAR 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)FAR 52.222-37Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)FAR 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)FAR 52.222-50Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)FAR 52.225 5Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)FAR 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)FAR 52.232-34Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)Additional contract requirements or terms and conditions: 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/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference:VAAR 852.246-70 GuaranteeVAAR 852.203-70 Commercial AdvertisingVAAR 852.232.72 Electronic Submission of Payment RequestsVAAR 852.246-71 Inspection52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions 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. 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR)The following FAR provisions are to be incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications Commercial ItemsFAR 52.213-2 InvoicesThe following VAAR provisions are to be incorporated by reference: VAAR 852-219-10 VA Notice of Total SDVOSB Set-AsideThe Defense Priorities and Allocations System (DPAS) does not apply.Date and Time offers are due to Tamanica.danford-leaf@va.gov by 4:00pm EST, August 16, 2018. Name and email of the individual to contact for information regarding the solicitation:Tica Danford-LeafContacting Specialist Contact Information: Tica Danford-Leaftamanica.danford-leaf@va.govtamanica.danford-leaf@va.gov Office Address :Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111 Location: Department of Veterans Affairs Set Aside: Service-Disabled Veteran-Owned Small Business

VA MEDICAL CENTER;500 FOOTHILL BLVD;SALT LAKE CITY, UTLocation

Address: VA MEDICAL CENTER;500 FOOTHILL BLVD;SALT LAKE CITY, UT

Country : United States

You may also like

Combined Synopsis/Solicitation - Gym Memberships

Due: 26 Apr, 2024 (in 6 days)Agency: INTERNATIONAL TRADE COMMISSION, UNITED STATES (DUNS # 02-1877998)

MACC OFFICE FURNITURE RENOVATION

Due: 30 Aug, 2024 (in 4 months)Agency: U.S. SECRET SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 337214 GSA CLASS CODE: 71