DOCUMENT
71 -- FURNISH AND INSTALL 29 CUBICLES FOR EXPRESS LANE 2 AT THE HOUSTON REGIONAL OFFICE - Attachment
- Notice Date
- 9/14/2012
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Regional Office;Vocational Rehab & Employment (362/28);6900 Almeda Road;Houston TX 77030-4200
- ZIP Code
- 77030-4200
- Solicitation Number
- VA36212Q0012
- Response Due
- 9/24/2012
- Archive Date
- 12/23/2012
- Point of Contact
- John A Player
- E-Mail Address
-
3-1987<br
- Small Business Set-Aside
- N/A
- 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.VA362-12-Q-00012 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-61 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 337214, and the Small Business Size limitation is 500 employees. v.The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to furnish, install and configure Trend Form systems furniture cubicles. The Government shall only accept Trend Form systems furniture. No substitutes will be accepted. PDF Drawings of the Workstation Typicals may be obtained from the Contracting Officer, John A. Player, via e-mail at john.player2@va.gov. CLIN 0001: Workstation Typical, Quantity: 31, Unit of Issue: EA CLIN 0002: Installation and Removal of Current Workspaces, Quantity: 1, Unit of Issue: JB CLIN 0003: Design/Layout Services, Quantity 1, Unit of Issue: JB vi.Description of Requirement The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to furnish, install and configure Trend Form systems furniture cubicles. TYPICALS: The typical cubicle is a 7.5 feet wide by 7.5 feet long, square with 42" high walls. The cubicle shall consist of six (6) 46"W x 42"H Panels (FM-4642); one (1) 84"W x 30"D Primary Work surface with Wilson Art Wild Cherry Laminate Finish (30/84/2M); two (2) 54"W x 24"D with Wilson Art Wild Cherry Laminate Finish (24/54/2M); one (1) Box Drawer Pedestal, 22"D (PED-BBF22S); one (1) File Drawer Pedestal (PED-FF22S); and one (1) Keyboard Tray. See attached drawing for typical layout. ELECTRICAL: One (1) Eight Wire/Four Circuit Electrical with four (4) hot wires, two (2) neutral wires, and two (2) ground wires; one (1) 20 Amp Dedicated Isolated Circuit. All wiring shall be a minimum of 10 Gauge. The quote shall include all necessary connectors. Each cube shall have a minimum of three (3) duplex outlets and one (1) dedicated isolated outlet. NOTES: "Manufacturer must be Trend Form to match existing systems furniture already installed. No substitutes will be acceptable to the Government. "In an effort to maximize the re-use of the existing data and electric infrastructure in the building, re-use of existing cables and electrical origination locations is to be considered during the design process "Removal and proper disposal of existing cubes is to be included in the Quote. There are three (3) existing Supervisory (Coaches) Cubicles that will require some reorganization/reconfiguration to work with the new cubicle layout. "Communication/Data cables will be de-installed for reuse and re-installed by a third party and is not to be included in the Quote. "Electrical connection from the cubes to the buildings electrical service will be accomplished by a third party and is not to be included in the Quote. 1.Performance Period: The contractor shall complete the work required under this SOW within 90 calendar days or less from receipt of the order, unless otherwise directed by the Contracting Officer. 2.Type of Contract: The government contemplates award of a firm fixed-price contract for the work to be performed under this Statement of Work. 3.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 4.McNamara-O'Hara Service Contract Act Wage Determination: This contract incorporates the wages and fringe benefits of the following wage determinations Wage DeterminationOccupation Wage (Including Fringe Benefits) 05-2515, Revision 14Furniture Handler$15.66 The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. 5.Superintendence: The contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. 6.Changes To Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 7.Confidentiality and Non-Disclosure 1.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 task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.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 task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. 8.Contract Security Requirements The C&A requirements do not apply to this contract. A security accreditation package is not required. Contractor personnel will be escorted at all times by Department of Veterans Affairs personnel while performing any work in the Houston Regional Office. vii.Period of Performance: 90 Days After Receipt of Order FOB Point: Department Of Veterans Affairs Houston Regional Office, Second Floor 6900 Almeda Road Houston TX 77030-4200 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.225-18Place of Manufacture (SEP 2006) (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) 52.252-1Solicitation 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) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) (End of Provision) 52.232-38Submission of Electronic Funds Transfer Information With Offer (MAY 1999) VAAR 852.273-74Award Without Exchanges (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of provision) ix.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.228-5Insurance - Work on a Government Installation (JAN 1997) (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232.35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) 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 852.215-70Service-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 Clause) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) 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 852.246-70Guarantee (JAN 2008) VAAR 852.246-71Inspection (JAN 2008) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items (AUG 2012), 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 (AUG 2012) (6)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (8) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (12)52.219-6Notice of Total Small Business Set-Aside (JUN 2003) (23)52.219-28Post-Award Small Business Program Representation (APR 2009) (26) 52.222-3Convict Labor (JUN 2003) (27)52.222-19Child Labor - Cooperation with Authorities and Remedies (MAR 2012) (28)52.222-21Prohibition of Segregated Facilities (FEB 1999) (29)52.222-26Equal Opportunity (MAR 2007) (31)52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (38)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39)52.225-1Buy American Act - Supplies (FEB 2009) (42)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (48)52.232-34Payment by Electronic Funds Transfer - Other than Central Contractor Registry (MAY 1999) Paragraph c clauses applicable: (1)52.222-41Service Contract Act of 1965 (NOV 2007) (2)52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) This solicitation incorporates Wage Determination 05-2515, Revision 13 for Harris County, Texas. The class of employee that is anticipated to be used is Furniture Handler at a labor rate of $15.56 per hour including fringe benefits. xiii.N/A xiv.N/A xv.Offers are due not later than September 24, 2011 by 2:00PM Central Time. Offers may be submitted electronically to john.player2@va.gov or to (713) 383-1942. Offers may be submitted by mail to the following address Department of Veterans Affairs Support Services Division (362/24) Attn: John Player, Contracting Officer 6900 Almeda Road Houston TX 77030-4200 xvi.For additional information, please contact the Contracting Officer, John A. Player at (713) 383-1987, or by e-mail to john.player2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HouVARO/HouVARO362/VA36212Q0012/listing.html)
- Document(s)
- Attachment
- File Name: VA362-12-Q-0012 VA362-12-Q-0012.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477696&FileName=VA362-12-Q-0012-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477696&FileName=VA362-12-Q-0012-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA362-12-Q-0012 VA362-12-Q-0012.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477696&FileName=VA362-12-Q-0012-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;SSD (362/24);6900 ALMEDA RD;HOUSTON TX
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN02883366-W 20120916/120915000323-e5bb10558ab162a2e46d1d18c545bec9 (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 |