DOCUMENT
71 -- Combined Synopsis Solicitation - Attachment
- Notice Date
- 3/7/2017
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA119A17Q0147
- Response Due
- 3/14/2017
- Archive Date
- 3/14/2017
- Point of Contact
- Anthony Zibolski
- E-Mail Address
-
y.zibolski@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- VA119A-17-Q-0147 Page 1 of 10 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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 is issued as a Request for Quote (RFQ), and the solicitation number is VA119A-17-Q-0147. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-94 and 2005-95 effective January 19, 2017 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This Solicitation is set-aside 100% Service Disabled Veteran Owned Small Business (SDVOSB). The NAICS Code is 337214, and the set-aside size standard is 1000 employees. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and listed in the Vendor Information Pages (VIP) database (http://www.vetbiz.gov) upon submission of quote. The Department of Veterans Affairs (VA) Office of Resolution Management (ORM), has a requirement for a contractor to provide all labor, equipment, tools, materials, parts, supplies, and supervision necessary to plan, furnish and install workstations of the exact style, color, and pattern as those described in the attachments. All work shall be completed in accordance with the Performance Work Statement (PWS). The PWS is included as Attachment 1 to this solicitation. The Period of Performance will be 40 days after contract award. Offerors are requested to quote Firm Fixed Prices for all of the line items on the Schedule of Supplies and Services attached to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration is free and may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at VA Strategic Acquisition Center Frederick (SAC-F), located in Frederick, MD via email to Mr. Anthony Zibolski at Anthony.zibolski@va.gov. The following FAR and Veterans Affairs Acquisition Regulations (VAAR) apply to this acquisition: 52.212-1 -- Instructions to Offerors -- Commercial Items (January 2017): Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. Addenda to 52.212-1: paragraph (c) period for acceptance of offers, delete 30 calendar days and insert 60 calendar days in its place. Addenda to 52.212-1; the following provisions apply and are incorporated by full text: OFFER SUBMISSION INSTRUCTIONS- Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. All questions regarding this solicitation shall be submitted via email on or before Friday, March 10, 2017 at 12:00 PM EST to Anthony.Zibolski@va.gov. The email subject line shall include the solicitation number located at the top left hand corner of this document. Questions not submitted in this manner may not be answered. Quotes not submitted directly to Anthony.Zibolski@va.gov, or received after the due date/time may not be considered. The email system will not accept file sizes that exceed 5MB. It is the contractor s responsibility to submit all parts of their quote no later than the date and time specified in the RFQ. Quote Files: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as a Microsoft Excel (.XLS), MicrosoftWord (.doc,.docx), or Acrobat (PDF) file Page size shall be no greater than 8 1/2" x 11". All of the quote files may be compressed (zipped) into one file entitled quote.zip usingWinZip version 6.2 or later version or the quote files may be submitted individually. The use of hyperlinks in quote is prohibited. Any quote that fails to comply with all solicitation instructions may be considered non-responsive and may not be accepted or considered for award. Volume Number Evaluation Factor File Name Page Limitations Volume I Technical [Contractor Name] Tech.doc/pdf None Volume II Price [Contractor Name] Price.doc/pdf None Content Requirements: Contractors shall provide sufficient technical documentation to allow for thorough evaluation of the quote. All information shall be confined to the appropriate volume. Contractors are responsible for including sufficient details, in a concise manner to permit a complete and accurate evaluation of the quote. Volume I Technical The technical volume shall demonstrate the ability of the offeror to meet the requirements in the solicitation, to include the following: The offeror shall demonstrate successful, recent (within the past three years), relevant (i.e. experience in providing services similar in size, scope, and complexity) as described in the Performance Work Statement (PWS) past/present performance. The Document should be limited to a 3 page narrative and include a point of contact for each location where work was completed. Written work experience and assurance of the competency of contractor personnel. Planned approach for performing each task associated with the performance work statement (PWS). i. Shall include product description with sufficient detail for the government to evaluate whether the products being offered will be an exact match of the color, style, pattern, and measurements currently work stations currently in place ( see Attachment III and IV). SDVOSB Certification: The offeror shall be certified in Vetbiz at the time of award. Volume II Price Quoters shall submit a completed Price Schedule (Section B.3 Price/Cost Schedule). Quoters may also, within the one page narrative, detail any discounts or other relevant pricing information. Quoters are hereby advised that any quote- imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the offeror s quote unacceptable, and thus ineligible for award. VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) (End of Addendum to 52.212-1) 13.106-2 -- Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose offer conforms to the solicitation requirements. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Award will be based on the total overall lowest price quoted. Any offeror whose quote has been determined technically acceptable will then have its quote evaluated for lowest price. The following factors are listed in descending order of importance and shall be used to evaluate offers: Technical; and Price. The following factors shall be used to evaluate quotes: Factor 1: Technical Acceptability Technical Acceptability will be evaluated for conformance to the requirements of the solicitation. Technical Rating Definitions: Ratings Definitions Pass Offeror has proposed to satisfy the specific mandatory requirements in accordance with the Performance Work Statementand 52.212-1 Fail Offeror s proposal does not satisfy the specific mandatory requirements in accordance with the Performance Work Statement and Section E and 52.212-1. Factor 2: Price Price will not be evaluated adjectivally or assigned a score: Quoters price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. Addenda to 52.212-1; the following clauses apply and are incorporated by full text: 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) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016). (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (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, e-mail, 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. (End of Clause) (End of Addendum to 52.212-4) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2017) In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) In paragraph (b) the following clauses apply: 52.219-7, Alternate I, Acquisition of a Product in a Class for which the SBA has waived the non-manufacturer rule. 52.219-27, Notice of Service Disabled Veteran-Owned Small Business Set-Aside. 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American--Supplies (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) All clauses under paragraph (d) and (e) apply (End of Clause) Offerors responding to this announcement shall submit their quotations via email to Anthony Zibolski at anthony.zibolski@va.gov. All quotes must be received by Tuesday, March 14, 2017 at 10:00 AM EST to be considered for award. Attachments: Attachment I: Contractor Insurance Requirements Attachment II: Contractor Insurance Example Attachment III: Management Workstation Description Attachment IV: Staff Workstation Description Attachment V: Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17Q0147/listing.html)
- Document(s)
- Attachment
- File Name: VA119A-17-Q-0147 VA119A-17-Q-0147_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319398&FileName=VA119A-17-Q-0147-015.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319398&FileName=VA119A-17-Q-0147-015.docx
- File Name: VA119A-17-Q-0147 Attachment I CONTRACTORS INSURANCE 5.31.16.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319399&FileName=VA119A-17-Q-0147-016.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319399&FileName=VA119A-17-Q-0147-016.pdf
- File Name: VA119A-17-Q-0147 Attachment II SAMPLE INSURANCE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319400&FileName=VA119A-17-Q-0147-017.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319400&FileName=VA119A-17-Q-0147-017.pdf
- File Name: VA119A-17-Q-0147 Attachment III MDW DM-RD Desk.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319401&FileName=VA119A-17-Q-0147-018.jpg)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319401&FileName=VA119A-17-Q-0147-018.jpg
- File Name: VA119A-17-Q-0147 Attachment IV MdW Staff Desk.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319403&FileName=VA119A-17-Q-0147-019.jpg)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319403&FileName=VA119A-17-Q-0147-019.jpg
- File Name: VA119A-17-Q-0147 ATTACHMENT V PWS -Westchester Furniture.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319404&FileName=VA119A-17-Q-0147-020.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319404&FileName=VA119A-17-Q-0147-020.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119A-17-Q-0147 VA119A-17-Q-0147_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319398&FileName=VA119A-17-Q-0147-015.docx)
- Place of Performance
- Address: Department of Veterans Affairs;2245 Enterprise Drive;Suite 4514;Westchester, IL
- Zip Code: 60154
- Zip Code: 60154
- Record
- SN04426930-W 20170309/170307235749-c03c37df55dfee185bdc50bc5c056d23 (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 |