DOCUMENT
71 -- install cubicle curtains, window shades and shower curtains - Attachment
- Notice Date
- 3/31/2015
- Notice Type
- Attachment
- NAICS
- 314120
— Curtain and Linen Mills
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26215Q0666
- Archive Date
- 4/3/2015
- Point of Contact
- Omar Majette
- E-Mail Address
-
6-2249<br
- 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. The solicitation number is VA262-15-Q-0666 and is issued as an (RFQ) Request For Quotation, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 314120 Curtain and Linen Mills. This requirement is solicited as SMALL BUSINESS SET-ASIDE, THE SIZE STANDARD IS 500 EMPLOYEES. THE DUE DATE FOR QUOTES IS 04, APRIL, 2015 AT 1:00PM PST Please respond with any questions via email to the Contracting Officer, Omar Majette at omar.majette@va.gov. The VHA Greater Los Angeles, CA requires the following items: Item #Description/Part Number*Qty Price Extended Amount 0001PROJECT: WLA BUILDING 213, 2 EAST, WINDOW SHADES, CUBICLE CURTAINS, SHOWER CURTAINS PLEASE REFER TO THE STATEMENT OF WORK FOR ALL IMPORTANT INFORMATION RELATED TO THE REQUIREMENTAll Item and installation are inclusive. SUBTOTAL (Products) This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR clauses are also applicable to this acquisition: 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) 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. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (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. (C$END-OF-CLAUSE) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. Performance Work Statement Provide and install cubicle curtains, window shades and shower curtains for the Department of Veterans Affairs Greater Los Angeles Veterans Health Care System Located at 11301 Wilshire Blvd, Los Angeles, CA 90073. 1. INTRODUCTION This performance work statement describes the requirement for cubicle curtains, window shades, and shower curtains for use at 11301 Wilshire Blvd, Los Angeles, CA 90073 building 213, 2 East Community Living Center. 2. SCOPE OF WORK 2.1. OVERVIEW This project shall consist primarily of manufacturing, delivery and installation window shades, cubicle curtains, and shower curtains. 2.2. SCOPE Window Shades Provide and install 105 manual roller shades with fascias. Size 54 x 78. Includes removal of existing blinds. Shade specs: a. Fabric is SW2500 (1%). Color is Oyster/Beige. b. Control loop is a stainless steel bead chain. c. Seamed Hems at bottom of shades. d. Fascia: "L" shaped cover of extruded aluminum. Color is Bronze. Cubicle Curtains Provide and install 85 Cubicle Curtains. Size 350 x 72 (FW x FL). Specs: a. Fabric is Interspec's Parallel / Earthen. b. Does not include mesh. Will hang Curtains on PVC strips. c. Curtains to finish approximately 12" above finished floor. Shower Curtains Provide and install 5 Shower Curtains with Mesh. Size 140 x 89 (FW x FL). Sure Check / White. 2.2.3. SUBSTITUTION REQUESTS No substitutions accepted. Exact specifications are required due matching existing materials/installation. 2.3 WARRANTY All materials/installation shall be under standard Contractor warranties. 2.4 VENDOR FURNISHED ITEMS AND RESPONSIBILITIES a.The Vendor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Vendor shall be responsible for any missing parts and components not included in order to carry out the installation. The Vendor shall perform all work in accordance with this Performance Work. 2.5 DELIVERY 2.5.1. DELIVERY 1.Delivery shall be coordinated with a GLA Interior Designer. 2.Vendor shall review all items needed for this project with one of the SLVHCS COR Interior Designers listed above to ensure all items requested on the project are included and final placement is correct. 5. EVALUATION OF PROPOSALS Proposals shall be evaluated based on - in order of importance - Past Performance, and Price. 6. INSPECTION AND ACCEPTANCE a.The Vendor shall conduct a joint inspection with the Contracting Officer's Representative (COR) once all window shades, cubicle curtains, and show curtains have been installed. The COR Interior Designer shall inspect all phases of delivery and installation with a sign off of any and all missing or damaged products in the form of a vendor provided punch list. Awarded Vendor shall provide detailed punch list items and established dates for replacement parts and/or short ship items from the manufacturer(s). b.The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 9. DELIVERY/STORAGE REQUIREMENTS a.Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. b.Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. c.Deliver specified items only when the site is ready for installation work to proceed. d.Store products in dry condition inside enclosed facilities. e.The Vendor shall accept a notification of delay as requested by the COR Interior Designer. f.The Vendor shall coordinate this ordering arrangement at order placement with the COR Interior Designer. g.All prices quoted at the placement and acceptance of order shall be firm fixed price. h.All delayed delivery arrangements, within 60 days, shall be at no additional cost to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0666/listing.html)
- Document(s)
- Attachment
- File Name: VA262-15-Q-0666 VA262-15-Q-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1955254&FileName=VA262-15-Q-0666-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1955254&FileName=VA262-15-Q-0666-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-15-Q-0666 VA262-15-Q-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1955254&FileName=VA262-15-Q-0666-000.docx)
- Record
- SN03684017-W 20150402/150331234735-cc359816c3a7a91cacccaa1b3e69ccb2 (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 |