DOCUMENT
65 -- 553-15-1-063-0014 - VA251-14-AP-0958 - VA251-15-Q-0093 - clc ppe cabinets - Attachment
- Notice Date
- 1/13/2015
- Notice Type
- Attachment
- NAICS
- 337110
— Wood Kitchen Cabinet and Countertop Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25115Q0093
- Response Due
- 1/20/2015
- Archive Date
- 3/21/2015
- Point of Contact
- Robert Daniel
- E-Mail Address
-
robert.daniel1@va.gov
(robert.daniel1@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This 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. This solicitation VA251-15-Q-0093 is issued as a request for quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. The North American Industry Classification System (NAICS) number is 337110 and the business size standard is 500 employees. Requestors shall state their business size on their proposal. The government is requiring that custom built cabinets be constructed and manufactured to fit with the interior design of the community living Center. The cabinet must be made of wood that is 3/4" thermal flakeboard oak with banding 3 mil PVC. The cabinet must be 37 inches wide, 30 inches high and 5 1/8 inches deep. They must have closure structure with two wooden doors that close at center of the cabinet. Door hinges must be located inside the cabinet for safety purposes and must be Salice 110 self-closing hinges that gently shut the door to flush once door is within ¾ inches of fully close. The cabinet must be made to hang on the wall. The interior of the cabinet must be designed and include the following: 8"x5"x4" 3/16" Acrylic holder for gowns, 10"x5"x4" 3/16" Acrylic holder for droplet, 6"x5"x4" 3/16" Acrylic thermometer holder, 16"x9"x4" 3/32" Acrylic double surgical mask holder, and 11 ½"x10"x4" steel double glove holder (See diagrams below). All responsible sources may submit a proposal which shall be considered by the contracting officer. Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 137x30x5 1/8 VA isolation cabinet with soft closure 27.00EA 2hinge and plate 20.00EA GRAND TOTAL EVALUATION CRITERIA Award of this task order will be made on a competitive best value basis, using "tradeoff" among cost/price and non-cost/price factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-cost/price proposal. In either case, a tradeoff will be conducted. The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. The evaluation factors numbered in descending order of importance are as follows: 1.Small Business 2.Pass Performance 3.Price The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and offerors must comply with all instructions contained within it. Award will be made to the lowest price, technically acceptable offer. The following additional provisions and clauses apply: 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 4, 6, 23, 26, 27, 28, 29, 31, 38, 42, and 48.. The following additional clauses apply, and upon request, the contracting officer will make their full text available: FAR 52.204-7, FAR 52.225-25, FAR 52.252-2, and VAAR 852.270-4 Clauses Incorporated by References (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. Offers shall be submitted to Robert Daniel, Contracting Officer, at robert.daniel1@va.gov no later than Tuesday, Jan. 20, 2015 at 10:00AM, EST. For information regarding this solicitation, please contact Robert Daniel at robert.daniel1@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25115Q0093/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-Q-0093 VA251-15-Q-0093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1811937&FileName=VA251-15-Q-0093-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1811937&FileName=VA251-15-Q-0093-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-Q-0093 VA251-15-Q-0093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1811937&FileName=VA251-15-Q-0093-000.docx)
- Record
- SN03615103-W 20150115/150113234830-d9d343d3c582767f43b33d5b4ff911eb (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 |