Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
DOCUMENT

71 -- Steel TV Enclosure VAPAHCS Mental Health Bldg. 520 - Attachment

Notice Date
8/11/2011
 
Notice Type
Attachment
 
NAICS
334113 — Computer Terminal Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26111RQ0897
 
Response Due
9/9/2011
 
Archive Date
9/24/2011
 
Point of Contact
Angela Oppenheimer
 
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 334113, size standard is 1,000 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 Aug, 2011; and VAAR 2008-01 effective 08 Dec, 2009. Please read all documentation carefully. Submit your offer in accordance with "Instructions to Offerors". Offers are due by no later than 4:00 PM Pacific Time, September 9, 2011. Only emailed offers will be accepted. Email to angela.oppenheimer@va.gov; this is the only acceptable method of delivery for offers. STATEMENT OF WORK 1.Overview Palo Alto Veterans Affairs Medical Center (VAPAHCS) Project 640-413, Building 520, Mental Health 80-Bed Psychiatric Facility emphasizes principles and strategies for building state-of-the art, recovery-oriented environments for mental health settings in the Department of Veterans Affairs. The design of the facility affects how services are provided and the efficiency in which care is delivered. The impact of mental health care environment on the users occurs at a number of levels, including the architectural and Interior Design level. Building 520, 80-Bed Psychiatric Facility complex is comprised of 90,655 square feet, four patient units and a two story administration building. 2.Objective To purchase fully assembled 48" powder coated steel enclosure (locked) cabinets with Lexan window that meets the requirement of the Mental Health Facilities 2010 Design Guide. The Interior Design level includes furniture, flooring, wall color, texture, trim, use of artwork and signage. Patient furniture, particularly in patient area should be bolted, durable, easily maintain and abuse resistant with tamper proof fasteners. Furniture should not have sharp edges or surface that could be used as an anchor point. Ancillary products used in patient rooms should be a minimum of 75 lbs. to minimize the threat of being used as a weapon. The Mental Health Facilities 2010 Design Guide addresses each of these key components and provides guidance on creating home-like, warm, and welcoming setting and structures at each of these levels, base on available evidence and best practice. ? PRICE/COST SCHEDULE List of contract line item number(s) and items, quantities and units of measure are as follows. NOTE: All line items are designated brand name or equal. If you are submitting a price quote for an "or equal" product, complete and submit this Technical Capability form with your price quote. ItemQtyU/PDescriptionUnit PriceExtended Price 16EAFully Assembled 46" Powder Coated Steel Enclosure, complete fan/filter system, keyed locks, grommet for cable entry, LCD mounting brackets included. LCD Guardian or equal. Vandal proof Lexan window. Built with slopped top and bottom anti-ligature. Location: Bldg. 520, Rooms B-117, B-130, C-117, C-130, D-117, D-130 26EACustom Powder coating for enclosure. Color to be: Dunn Edwards #836 Swiss Coffee or equal. Finish: textured, not gloss. GRAND TOTAL --- ==================== DELIVERY SCHEDULE FOB:Destination (all delivery charges shall be included in unit prices) Required Delivery:December 1, 2011 (no sooner) Delivery Address:VA Palo Alto Health Care System, 3801 Miranda Avenue, Palo Alto, CA 94304 Tag for:Mental Health Building 520 CONTRACT CLAUSES 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/oamm/oa/ars/policyreg/vaar/index.cfm http://farsite.hill.af.mil/vfvara.HTM "FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) "FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (August 2011). For the purposes of this clause, items (b) 21, 24, 25, 26, 27, 29, 31, 36, 40 and 46 are considered checked and apply. "FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) "VAAR 852.203-70 Commercial Advertising (Jan 2008) "VAAR 852.211-70 Service Data Manual (Nov 1984) "VAAR 852.211-73 Brand Name or Equal (Jan 2008) "VAAR 852.273-76 Electronic Invoice Submission (Oct 2008) SOLICITATION PROVISIONS INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes 1) the Technical Capability Checklist form - Attachment 1 (if submitting an offer for an "or equal" product); 2) price quote; and 3) any required documentation in accordance with instructions provided herein. Offers that fail to furnish the required information and documentation may be excluded from consideration. Submission of offers. Submit complete offers to the office specified in this combined synopsis/solicitation at or before the exact time specified herein. Offers may be submitted using the above item list (under "Price/Cost Schedule") or on a separate price quote. The following information is required from all Offerors. As a minimum, offers must show- (1) TECHNICAL CAPABILITY information, to include the following: - The Technical Capability checklist (Attachment 1,) which is applicable to "or equal" offers only. If necessary, include additional technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents. Note: Do not submit this form if you are submitting an offer for the stated brand; (2) Terms of any express warranty; (3) "Remit to" address, if different than mailing address; (4) Acknowledgment of Solicitation Amendments; (5) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (6) Offeror's Federal Tax ID Number; (7) Offeror's DUNS number (8) Delivery ARO (upon receipt of order); and (9) Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to give an Offeror the opportunity to explain and/or mitigate adverse past performance during verbal, written and/or electronic interactions after receipt of quote. 52.252-1 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 http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm http://farsite.hill.af.mil/vfvara.HTM "FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011). Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at https://orca.bpn.gov/. "VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) "VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) EVALUATION FACTORS The Government shall evaluate proposals based on the lowest priced, responsible, technically acceptable offer. The following shall be used to evaluate offers: Technical Capability. Offeror's technical capability shall be evaluated based on compliance with the Technical Capability. Offeror shall complete/submit the Technical Capability Checklist (Attachment 1) in accordance with "Instructions to Offerors" only if submitting an offer for an "or equal" product. Do not submit this form if you are submitting an offer for the stated brand name model and part number. A Note on Determining Responsibility of Suppliers: All relevant facts and circumstances gathered from sources of information available to the Government (e.g., National Institutes of Health [NIH] Contractor Performance System [CPS] and Past Performance Information Retrieval System [PPIRS]) will be used as part of determining the responsibility of prospective suppliers. If an Offeror has not commented on negative past performance evaluations obtained by the Technical Evaluation Board, the Offeror may be given the opportunity to explain and/or mitigate adverse past performance during verbal or written interactions after receipt of proposals. Offerors who do not have relevant past performance will receive a neutral rating (neither favorable nor unfavorable). TECHNICAL CAPABILITYATTACHMENT 1 Company Name: Solicitation Number: If you are submitting an offer for an "or equal" product, complete and submit this Technical Capability form with your price quote. Indicate each salient characteristic that applies to the proposed item in your offer. Additional documentation (e.g., actual certification of recycled material content, etc.) may be requested before, during, or after contract is awarded to Offeror. SALIENT CHARACTERISTICS PCTV Enclosures or Equal - Salient Characteristics 1. General Fully assembled, 48" powder coated steel, wall mount, tamper proof TV cabinet/enclosure 2. Warranty Requirements Manufacturer must offer 5-year warranty Built to NEMA 4 standards 3. Technical Specification and Code Requirement "Wall mounted TV cabinets are fully assembled "Secure locking system provides unmatched protection against tampering and theft "Shatterproof Lexan/polycarbonate window offers exceptional shielding of monitor and other internal components against potential damage "Complete fan and filter system creates filtered air flow (positive and negative) and aids in prevention of overheating "Keyed locks. "Secure cable entry grommet designed to accommodate connectivity components and cabling "LCD mounting bracket with adjustable vesa mount supplies a secure mounting bracket within the enclosure. "Slopped top and bottom, anti-ligature
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26111RQ0897/listing.html)
 
Document(s)
Attachment
 
File Name: VA-261-11-RQ-0897 VA-261-11-RQ-0897.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=231063&FileName=VA-261-11-RQ-0897-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=231063&FileName=VA-261-11-RQ-0897-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02531125-W 20110813/110812000010-5a228c3db5268155457f2e952809f393 (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.