DOCUMENT
Z -- Services: Bullet Proof Panel Installation - Attachment
- Notice Date
- 7/28/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
- ZIP Code
- 32601-3460
- Solicitation Number
- VA24816Q1395
- Response Due
- 8/22/2016
- Archive Date
- 10/21/2016
- Point of Contact
- BRIAN WERNER
- E-Mail Address
-
WERNER1@VA.GOV<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number VA248-16-Q-1395 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1/06-15-2016. Only emailed requests received directly from the requester are acceptable. Responses should be sent to brian.werner1@va.gov. No telephone responses will be accepted. To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. Online Representation and Certification Application (ORCA) must also be current to qualify to receive a contract award. Offeror may register with CCR at www.orca.bpn.gov NAICS and Set-aside: The NAICS is 236220 and the small business size standard is $36.5 million. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any firm that is not considered a small business under this NAICS code should not submit a response to this notice. To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation and represents the best value to the government. The Service Contact Act, Wage Determination number 2005-2113, Rev. 18, Date 12/29/2015 is applicable to this contract. For further details, access the relevant wage determination at www.wdol.gov. Description of Services: The Veterans Health Administration, Network Contracting Office 08, Malcom Randall VA Medical Center, Pharmacy department, in Gainesville, Florida requires the following services: Statement of Work: Install level 3 Bullet Resistance panels on the three pharmacy locations at Malcom Randall VA Medical Center. The three sites (Out Patient Pharmacy, Inpatient Pharmacy, and Cashier) are all on the 1st floor of the main hospital. Contractor must install level 3 Bullet resistance panels, install of 4"batten strip behind each joint, necessary trim around panels install of ¼"sheetrock over Bullet Resistance panels finish to a level 5 and paint. Remove and install wall protection hand rails and bumper guards. Electrical work and clean up and disposal of construction debris are all the responsibility of the contractor. Scope of Work: "Contractor must submit site visit request to brian.werner1@va.gov "Contractor must attend site visit for proposal to be considered for award "All work will be scheduled with the Maintenance Mechanic Supervisor. "Coordinate for power shut down. "Remove the existing wall protection, handrails vinyl base and bumper guards' disposal of construction debris. "Install all new material to fit new wall. "Clean area "Provide all documentation to supervisor Qualifications/Certifications: The contractor must be state certified and have the required levels of professional and technical experience to perform the work. The contractor and all of the individuals working on the project site must have taken the OSHA Certified 10-hour construction safety course. Maintenance Mechanic Supervisor will make final determination on acceptable qualifications for all individuals performing work under this agreement. Safety Regulations: All OSHA safety regulations shall be observed during the project. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this project. Provide the necessary barricades/signage where required. Scheduling and Hours of Work: All work in areas involved shall be scheduled with the VA Maintenance Mechanic Supervisor. The 10 holidays observed by the Federal Government, are New Year's Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. Evaluation/Selection Factor: Award will be made to the Lowest-Priced Technically Acceptable offer. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 including subparagraphs: 52.222-26 - Equal Opportunity; 52.222-36 - Equal Opportunity for Workers with Disabilities; 52.222-37 - Employment Reports on Veterans; 52.222-41 - Service Contract Labor Standards; 52.222-50 - Combating Trafficking in Persons; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include price and quantity of each labor category proposed, price of all anticipate indirect costs, and total price; any offered discounts; name, address, and telephone number of the offeror; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Interested contractors must submit a copy of any relevant certifications and licenses along with their quote. Quotes must be received August 22, 2016 by 1600 EST. All quotes must be submitted by electronic submission in reference to VA248-16-Q-1395 to brian.werner1@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist in writing (email is preferred). Any prospective bidder desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contract Specialist: Brian Werner (brian.werner1@va.gov) No Later Than: close of business (16:30 EST) on August 12, 2016. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates, or otherwise pay for the information provided in this synopsis. This Request for Quote is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result of a response to this Request for Quote or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as non-responsive and may influence competition and set-aside decisions. Regardless of the information obtained, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24816Q1395/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-Q-1395 VA248-16-Q-1395.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904238&FileName=VA248-16-Q-1395-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904238&FileName=VA248-16-Q-1395-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-Q-1395 VA248-16-Q-1395.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904238&FileName=VA248-16-Q-1395-000.docx)
- Place of Performance
- Address: MALCOLM RANDALL VA MEDICAL CENTER;1601 SW ARCHER ROAD;GAINESVILLE, FLORIDA 32608-1135
- Zip Code: 32608-1135
- Zip Code: 32608-1135
- Record
- SN04200754-W 20160730/160728235653-a05a3c110f5088b623b951e94bfeb6d2 (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 |