Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
DOCUMENT

73 -- Appliances - Winston Salem VA Region Office - Attachment

Notice Date
8/14/2018
 
Notice Type
Attachment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q9435
 
Response Due
8/21/2018
 
Archive Date
9/20/2018
 
Point of Contact
Stuart Stovall
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 11 Combined Synopsis/Solicitation General Information Action Code: Combined Synopsis Solicitation Document Type: RFQ RFQ Number: 36C10E18Q9435 Posted Date: August 14, 2018 Response Date: August 21, 2018 Classification Code: 73 Product Service Code: 7320 Set Aside: SDVOSB NAICS Code: 333415 Contracting Office Address: Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition 1800 G. Street N.W. Washington, DC 20006 Description: This is a Combined Synopsis/Solicitation to purchase new appliances (Microwave Ovens, Coffee Brewers, Toasters, refrigerators, Freezers and Ice Markers) as well as delivery and installation services for newly renovated break rooms at the Veterans Benefits Administration (VBA) Winston Salem (318) Regional Office, BRAND NAME OR EQUAL, 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. This Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation number is 36C10E18Q9435. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1, effective July 16, 2018. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. To be eligible for award of this requirement, only VA verified SDVOSB concerns in the VIP database https://www.vip.vetbiz.va.gov/ at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The associated North American Industrial Classification System Code (NAICS) for this procurement is 333415 with a small business size standard of 1,250 employees. The Department of Veteran Affairs, Veterans Benefits Administration, 251 N. Main St. Winston Salem, NC 27155, requires the acquisition of the following breakroom appliances (in three phases) as noted below in the Price/Cost Schedule and Description of Requirement. All Appliances are being solicited as Brand name or Equal. Price/Cost Schedule: Line Item Brand Model Description Quantity Unit Price Total Price 0001 Amana RFS18TS Microwave Oven 10     0002 Bunn 13300.0001 Coffee Brewer 6     0003 Bunn BUN6100 Decanters 6     0004 Keurig K155 Coffee Marker 6     0005 Waring WCT800RC Toaster 6     0006 Samsung RF261BEAESR Refrigerator 2     0007 TRUE T-49-HC Refrigerator 2     0008 TRUE T-72-HC Refrigerator 2     0009 TRUE T-23F-HC Freezer 4     0010 Summit BIM44GADA Ice Marker 1     0011 Ice-O-Matic ICEU220HA Ice Marker 3     0012 Phase 1: Professional Delivery and Installation Services.     1     0013 Phase 2: Professional Delivery and Installation Services.     1     0014 Phase 3: Professional Delivery and Installation Services.     1     Brand name or Equal Products: In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal and VAAR 852.211-73, Brand Name or Equal, vendor proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product below (See also VAAR 852.211-73 (c)(1) and (c)(2)). Manufacturers Name: _____________________________________________________________________________ Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features (Click on Weblinks for model specifications: Brand Model Description Quantity Specification Sheet Weblinks Amana RFS18TS Microwave Oven 10 https://www.webstaurantstore.com/documents/specsheets/rfs18ts.pdf Bunn 13300.0001 VP17-1 SS Coffee Brewer 6 https://www.webstaurantstore.com/documents/specsheets/234133000001.pdf Bunn BUN6100 Decanters 6 https://www.webstaurantstore.com/bunn-06100-0101-64-oz-easy-pour-coffee-decanter-with-black-handle-and-stainless-steel- bottom/234061000124.html Keurig K155 Coffee Marker 6 https://www.keurig.com/Coffee-Makers/Commercial-Coffee-Makers/Keurig%C2%AE-K155-OfficePRO%C2%AE-Premier-Brewing- System/p/K155_Brewing_System Waring WCT800RC Toaster 6 https://www.waringcommercialproducts.com/files/products/wct800rc-toaster-series-spec-sheet.pdf Samsung RF261BEAESR Refrigerator 2 https://www.specsserver.com/CACHE/frvbterjedss.pdf TRUE T-49-HC Refrigerator 2 https://dc2kentprodcontent.blob.core.windows.net/specsheets/TraditionalReach-Ins/TSeries/SolidDoorRefrigerators/401/1/T-49-HC.pdf TRUE T-72-HC Refrigerator 2 https://dc2kentprodcontent.blob.core.windows.net/specsheets/TraditionalReach-Ins/TSeries/SolidDoorRefrigerators/401/1/T-72-HC.pdf TRUE T-23F-HC Freezer 4 https://dc2kentprodcontent.blob.core.windows.net/specsheets/TraditionalReach-Ins/TSeries/SolidDoorFreezers/401/1/T-23F-HC.pdf Summit BIM44GADA Ice Marker 1 https://www.summitappliance.com/catalog/model/BIM44GADA Ice-O-Matic ICEU220HA Ice Marker 3 https://d3ld6frh4bdurh.cloudfront.net/pdf/159-ICEU220HA.pdf Description of Requirements: Break Room Appliances, Winston Salem VA Regional Office Background: The Winston Salem VA Regional Office (VARO) is currently under office renovations. The office is located at 251 N. Main St. Winston Salem, NC, 27155. Five (5) of the floors under renovation need new break room appliances. The VA renovation project is in three phases from 04/12/2018 12/31/2019. This contract is for all the break room s appliances. Objective: The VARO seeks a contractor to procure, deliver, and install/place appliances to be used in the Winston Salem VARO newly renovated break rooms. An Appliance Locations & Model Numbers document is provided. This requirement is being pursued on a BRANDNAME OR EQUAL basis. Include descriptive literature such as illustrations, specifications, or a clear reference to data on all the Brand Equal items. Please refer to specifications documents to compare models to be considered OR EQUAL : Clearly describe any modification the vendor plans to make in a product to make it conform to the solicitation requirements. Size dimensions of appliances are paramount due to breakroom renovation layout and dimensions. Scope of Work: Overview: The delivery of product required shall be the same day as the install dates. The VA has very limited storage space. The installation phases are dependent on the renovation construction schedule and may be shifted at the request of the Project Manager. The Contractor will provide a project manager for each phase on installation. The Contractor project manager will be responsible for directing the daily activities of the workers provided for installations. This individual will also be responsible for coordinating phases of the installations with the VA Project Manager. Period of Performance and Appliance Locations w/model numbers: Phase 1: Fourth Floor Break Room #402: 09/13/2018 09/26/2018 Amana RFS18TS Microwave Oven Qty of 1 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 Samsung RF261BEAESR Refrigerator Qty of 1 BUNN BUN6100 Decanters Qty of 1 First Floor Breakroom #158: 09/24/2018 10/14/2018 (note the overlap here w/ the 4th floor, work will be required on two floors at the same time) Amana RFS18TS Microwave Oven; one in cabinet; one on countertop Qty of 2 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 True T-49-HC Refrigerator Qty of 1 True T-23F-HC Freezer Qty of 1 Summit BIM44GADA Ice Maker Qty of 1 BUNN BUN6100 Decanters Qty of 1 Phase 2: Seventh Floor Break Room#776: 04/16/2019 04/26/2019 Amana RFS18TS Microwave Oven; one in cabinet; one on countertop Qty of 2 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 True T-49-HC Refrigerator Qty of 1 True T-23F-HC Freezer Qty of 1 The Ice-O-Matic ICEU220HA Qty of 1 BUNN BUN6100 Decanters Qty of 1 Seventh Floor Pantry Room#742: 05/24/2019 06/02/2019 Amana RFS18TS Microwave Oven Qty of 1 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 Samsung RF261BEAESR Refrigerator Qty of 1 BUNN BUN6100 Decanters Qty of 1 Fifth Floor Break Room#522: 05/01/2019 05/28/2019 (note the overlap here w/ the 7th floor, work will be required on two floors at the same time) Amana RFS18TS Microwave Oven; one in cabinet; one on countertop Qty of 2 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 True T-72-HC Refrigerator Qty of 1 True T-23F-HC Freezer Qty of 1 The Ice-O-Matic ICEU220HA Qty of 1 BUNN BUN6100 Decanters Qty of 1 Phase 3: Sixth Floor Break Room#622: 10/26/2019- 11/15/2019 Amana RFS18TS Microwave Oven; one in cabinet; one on countertop Qty of 2 BUNN 13300.0001 Coffee Brewer Qty of 1 Keurig K155 Qty of 1 WCT800RC Toaster Qty of 1 True T-72-HC Refrigerator Qty of 1 True T-23F-HC Freezer Qty of 1 The Ice-O-Matic ICEU220HA Qty of 1 BUNN BUN6100 Decanters Qty of 1 Security Badging: The Contractor will be required to have all workers receive a Security Badge prior to work on site. Contractor is responsible for coordinating this with the Project Manager prior to work on site. The VA completes 100% background checks on all contractors that need access to the installation areas. Badges will be issued to cover the period of time for each phase of installation. It is recommended contractors show up at least a week before installation is to begin to be fingerprinted and photographed. Badges will be issued the day of installation and all badges must be turned in at the end of the installation phase. Delivery, Installation, and Disposal: Address: 251 N. Main St., Winston Salem, NC 27155. Hiram H. Ward Federal Building. The building will be available for installation from 0730-1600 Monday thru Friday, excluding federal holidays. Weekend or after-hours work may be considered only if absolutely required by renovation schedule constraints. Deliveries will be coordinated in advance with Project Manager John Dunn (Contact Information Below). Contractor will be provided a staging area to unpack appliances and perform any assembly as may be required. The contractor will supply any equipment necessary to effectively and efficiently install the appliances. Contractor will be provided access to freight elevator to gain access to indicated building floors. Packing materials shall be removed and disposed of offsite at the Contractor s expense. General clean-up of working area is also required at the Contractor s expense. Damages: It will be the contractors responsibility to repair any damages caused during delivery and installation. All repairs will be completed within one week of incident. Security Clause The Contractor project manager and/or supervisor are responsible for the behavior and whereabouts of their employees while on site. The entire project team will be required to sign the VA s rules of behavior/regulations applicable to the premises. These rules and regulations shall apply to the contractor and its employees while working on the premises. The Vendor shall be responsible for confining his crew and work to the designated project areas. Vendor shall also be responsible for ensuring that the installation personnel are always wearing their PIV badges in plain sight. Each PIV badge will be signed out by the Vendor and subsequently turned into the VA Project Manager upon completion of the project. Asbestos Awareness: The Contractor project team shall sign an Asbestos Contractor Awareness Form. The contractor can also look at the buildings ACM report in the maintenance office before they sign the form. The contractor must take all precautions necessary not to damage federal property. Invoicing: Payment will be made by each phase in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Obligation Number Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice. Project Manager: John Dunn - Management Analyst Department of Veterans Affairs 251 Main St. Winston Salem, NC 27155 (336) 251-0788 john.dunn4@va.gov The following Federal Acquisition Regulation (FAR) and Veterans Administration Acquisition Regulation (VAAR) Clauses and Provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.211-6 Brand Name or Equal FAR 52.214-21 Descriptive Literature FAR 52.223-15 Energy Efficiency in Energy-Consuming Products FAR 52.252-1 Solicitation Provisions Incorporated By Reference VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference VAAR 852.273-74 Award Without Exchanges Offers will be evaluated as follows: Basis for Award Award decision will be based on the lowest evaluated overall price from the responsible vendor whose quote is responsive and found to meet the requirements identified herein. The Government intends to make award on an all or none basis to the vendor presenting the best value. Best value is defined as the lowest priced quote meeting the requirement identified herein. To be eligible for award of this requirement, only VA verified SDVOSBs in the VIP database (VetBiz.gov) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. At time of quote submission, contractor must be registered and active in the System for Award Management (SAM) Registration; registered as a small business concern under NAICS Code 333415; and have completed the Online Representation and Certification Application (ORCA) within SAM. Contractor DUN s number is NOT in the Excluded Parties List System (EPLS) and are NOT listed on the List of Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quotation should contain the vendors best terms from a technical capability and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Quotes shall be submitted via email in either a.pdf,.doc or.docx format. The email subject line must contain the following 36C10E18Q9435 Appliance for Winston Salem RO. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions (JAN 2017) Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp FAR 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising VAAR 852.211-73 Brand Name or Equal VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.237-70 Contractor Responsibilities 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 North Carolina. 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. VAAR 852.246-70 Guarantee The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacture Warranty Period, 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. VAAR 852.246-71 Inspection FAR 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph (a) ALL Paragraph (b) applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (22) 52.219-28 Post-Award Small Business Program Representation (25) 52.222-3 Convict Labor (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (27) 52.222-21 Prohibition of Segregated Facilities (28) 52.222-26 Equal Opportunity (30) 52.222-36 Equal Opportunity for Workers with Disabilities (33) 52.222-50 Combating Trafficking in Persons (40) 52.223-15 Energy Efficiency in Energy-Consuming Products (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (45) 52.224-3 Privacy Training Alternate I (47) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Alternate II (49) 52.225-13 Restrictions on Certain Foreign Purchases (55) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management Paragraph (c) applicable clauses: None Paragraph (d) applicable clauses: ALL Paragraph (e) applicable clauses: ALL Quote Delivery: Quote submission shall be emailed no later than 5PM (EDT), August 21, 2018 to: Stuart.Stovall@va.gov Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact, and Full Address. Included with each quote, the vendor is to provide descriptive literature and detailed specifications. Contractor shall provide information demonstrating that the contractor is an authorized dealer of the quoted manufacturer. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being unsatisfactory and ineligible for award. Quotations shall be submitted electronically to email address Stuart.Stovall@va.gov. Only emailed quotes shall be acceptable and must be received and identified by solicitation #36C10E18Q9435. Email subject line must contain 36C10E18Q9435 Appliance for Winston Salem RO. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Stuart Stovall at (540-597-1145 or by e-mail at Stuart.Stovall@va.gov. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q9435/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q9435 36C10E18Q9435.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541984&FileName=36C10E18Q9435-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541984&FileName=36C10E18Q9435-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Winston Salem Regional Office;Hiram H. Ward Federal Building;251 N. Main St;Winston Salem, NC
Zip Code: 27155
 
Record
SN05035774-W 20180816/180814231122-f8d018db4efaee96041935962b984e67 (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.