Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2017 FBO #5773
DOCUMENT

72 -- Trash & Recycling Bins - Attachment

Notice Date
9/11/2017
 
Notice Type
Attachment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26117Q1139
 
Archive Date
10/11/2017
 
Point of Contact
denard.fobbs@va.gov
 
E-Mail Address
denard.fobbs@va.gov
(denard.fobbs@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 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) Solicitation VA261-17-Q-1139 Request for Quote (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. (iv) Small Business Set-Aside: NAICS 332439 Other Metal Container Manufacturing, 500 Employees (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). Item Qty U/P Description Unit Price Total 1 20 EA Forms & Surface Landfill w/concrete base SLDIS-136 or Equal Item Landfill Configuration: Single Steam no Baffle, outdoor receptacle Capacity: 36 Gallon Attached Lid with multiple openings for multi directional use Hinged side-access doors for easy servicing Instructional litter or recycling graphic options for outdoor wear and tear Mounting options for weighted down free standing use and surface mount Replaceable Internal liner that accepts removable plastic litter bags Sustainable materials, recycled content and no-low VOC for finishes Lid Powdercoat Color: Slate Texture Body/Base Powdercoat Color: Aluminum Texture To Include Packaging, Handling and Delivery $ $ 2 15 EA Forms & Surface Recycling w/concrete base SLDIS-136 or Equal Item Recycling Configuration: Single Steam no Baffle, outdoor receptacle Capacity: 36 Gallon Attached Lid with multiple openings for multi directional use Hinged side-access doors for easy servicing Instructional litter or recycling graphic options for outdoor wear and tear Mounting options for weighted down free standing use and surface mount Replaceable Internal liner that accepts removable plastic litter bags Sustainable materials, recycled content and no-low VOC for finishes Lid Powdercoat Color: Aluminum Texture Body/Base Powdercoat Color: Slate Texture Mounting: Freestanding with concrete base To Include Packaging, Handling and Delivery $ $ 3 20 EA Forms & Surface Split-stream w/concrete base SLDIS-216 or Equal Item Split: Landfill & Recycling Configuration: Split Steam no Baffle Capacity: 36 Gallon Attached Lid with multiple openings for multi directional use Hinged side-access doors for easy servicing Instructional litter or recycling graphic options for outdoor wear and tear Mounting options for weighted down free standing use and surface mount Replaceable Internal liner that accepts removable plastic litter bags Sustainable materials, recycled content and no-low VOC for finishes Lid Powdercoat Color: Slate Texture Body/Base Powdercoat Color: Aluminum Texture Mounting: Freestanding with concrete base To Include Packaging, Handling and Delivery $ $ Total (vi) Description of requirements for the items to be acquired. 1. See Attached Images for visual representation of item(s) and required graphics for units. 2. Salient Characteristics & Specifications for Trash receptacles Form: Outdoor trash receptacle Attached Lid with multiple openings for multi directional use Hinged side-access doors for easy servicing Instructional litter or recycling graphic options for outdoor wear and tear Mounting options for weighted down free standing use and surface mount Replaceable Internal liner that accepts removable plastic litter bags Sustainable materials, recycled content and no-low VOC for finishes Fit: Single Stream model with single liners Split stream model with two separate half-liners Capacity: 36 Gallon Overall General Dimensions: 43.0 high x 25.5 wide x 21.8 deep Function: Trash and recycling Efficient waste removal Durable materials Low maintenance Environmental Features: High recycled content (up to 90%) Components are fully recyclable No VOC for powder coat finish Warranty: One year against defects in materials and workmanship (vii) FOB Destination: No Later Than 45 Days After Receipt of Order Delivery Address: B&M Construction 2008 Martin Avenue Santa Clara, CA 95050 669-342-7975 (office) Attn: Stephanie Johnson/Danielle Tuilagi (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following is include as an addenda to the provision: 1. Quotes must include all information to assess & confirm adherence to salient characteristics 52.252-1--SOLICITATION 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 and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. 52.211-6 -- Brand Name or Equal (Aug 1999) (ix) 52.212-2, Evaluation -- Commercial Items is applicable. Award will be made to the vendor that provides the Best Value to government, taking into consideration Technical (Degree of Adherence to Salient Characteristics in section vi) and Price. (x) Vendors must include a completed copy of the provision at 52.212-3 (Attached), Offeror Representations and Certifications -- Commercial Items with their quote unless it s complete in the System For Award Management (SAM). (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are include as an addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 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. 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. 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. (End of Clause) 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 3 Years, 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. 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account. (End of Clause) (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. For the purpose of this clause, items (b) 14(i),25,26,27,28,30,33,44,49iii,51,57, are considered checked and applicable (xiii) There are no additional contract requirement(s) or terms and conditions (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to acquisition. (xv) 1. Solicitation Due Date: September 18, 2017 1300 PT 2. Send Quotes to: denard.fobbs@va.gov (xvi) Denard M Fobbs Jr, denard.fobbs@va.gov (916)923-4507
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q1139/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-1139 VA261-17-Q-1139.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787766&FileName=VA261-17-Q-1139-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787766&FileName=VA261-17-Q-1139-000.docx

 
File Name: VA261-17-Q-1139 S02 - Brand Name or Equal - Images.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787767&FileName=VA261-17-Q-1139-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787767&FileName=VA261-17-Q-1139-001.pdf

 
File Name: VA261-17-Q-1139 S02 - Trash Bin Graphics.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787768&FileName=VA261-17-Q-1139-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3787768&FileName=VA261-17-Q-1139-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04670597-W 20170913/170911231747-c841ce286fc1485eb3579a7572c1d15e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.