DOCUMENT
71 -- Patio Furniture for VAGLAHS - Attachment
- Notice Date
- 8/30/2018
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- 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
- 36C26218U0076
- Response Due
- 8/27/2018
- Archive Date
- 11/25/2018
- Point of Contact
- Jason J White
- E-Mail Address
-
6-2236<br
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 6 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26218U0076 Posted Date: 08/30/2018 Original Response Date: 09/04/2018 Current Response Date: 09/04/2018 Product or Service Code: 7195 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 337127 Contracting Office Address Dept. of Veterans Affairs Network Contracting Office (NCO) 22 4811 Airport Plaza Drive Long Beach, CA 90822 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. The NCO 22, 4811 Airport Plaza Drive, Long Beach, CA 90822 is seeking to purchase Patio Furniture for VA Greater Los Angeles Healthcare System. All interested companies shall provide quotations for the following: Supplies Statement of Work This project is part of the Department of Veterans Affairs Greater Los Angeles Veterans Health Care System Located at: 11301 Wilshire Blvd., Los Angeles, CA 90073 1. INTRODUCTION This statement of work (SOW) describes the requirement for the replacement of any furniture at the VA Los Angeles Ambulatory Care Center outdoor patio that is worn, broken and beyond warranty and repair. 2. SCOPE OF WORK: This project consists primarily of the following: (a) 2 Radice Dining Table Rectangle (b) 12 Fibonacci Ava Dining Chair (c) 4 Radice Dining Table Round (d) 24 Duo Aluminum Arm Chair (e) 4 Janus Cantilever Umbrella (f) 4 Janus Cantilever Umbrella Canopy (g) 4 Janus Cantilever Umbrella Deluxe Stor Sleeve to be delivered to the above address. Do not use VA dumpsters for disposal of scrap/waste without prior VA approval. 2.1. OVERVIEW VA Los Angeles Ambulatory Care Center will have outdoor patio furniture replaced that is worn, broken and beyond warranty and repair. Delivery is to occur between the hours of 8:30 am and 12:00pm, during normal working hours. 2.2.1. QUANTITIES The quantities of each item are listed as noted below. Awarded vendor shall include purchase order number on all shipping labels to include contents. Qty Item Description 2 ~ Delivery of Radice Dining Table Rectangle ~59 x35.5 ~Powder coated aluminum 12 ~ Delivery of Fibonacci Ava Dining Chair ~22 x25 ~Powder coated steel and JANUSfiber 4 ~ Delivery of Radice Dining Table Round ~51.25 Diameter ~Powder coated aluminum 24 ~ Delivery of Duo Aluminum Arm Chair ~22.75 x24.5 ~Powder Coated Aluminum 4 ~ Delivery of Janus Cantilever Umbrella ~13 1 W x 11 D x 10 5 H ~ Steel, Granite base 4 ~ Delivery of Janus Cantilever Umbrella Canopy ~18 yds 54 SOLID ~Fabric TBD 4 ~ Delivery of Janus Cantilever Umbrella Deluxe Stor Sleeve ~6 yds 54 SOLID ~Fabric TBD 1 Installation 2.2.2. SUBSTITUTION REQUESTS No substitution requests will be accepted. All bids must include exact specifications as indicated in section 2.2.1 Sections. 2.3 WARRANTY All workmanship and furniture quality shall be covered under warranty by the selected vendor for lifetime (limited). 2.4 VENDOR FURNISHED ITEMS AND RESPONSIBILITIES The selected vendor shall furnish all items as described in the statement of work. 2.5 DELIVERY 2.5.1. DELIVERY and INSTALLATION GLA Interior Designer will coordinate the delivery date and time with the selected vendor. 3. INSPECTION AND ACCEPTANCE The Interior Designer shall inspect the delivery and sign off of any and all missing or damaged products in the form of a delivery manifest, vendor provided. The Interior Designer shall ensure all delivery of merchandise is completed and received satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERY/STORAGE REQUIREMENTS Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage and installation. Store products in dry condition inside enclosed facilities. All prices quoted at the placement and acceptance of order shall be firm fixed price. All delayed delivery arrangements, within 60 days, shall be at no additional cost to the Government. 5. Interference to Normal Function: The selected vendor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, work performance may be stopped and rescheduled at no additional cost to the government. The selected vendor s personnel shall inform the Interior Designer or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with Interior Designer or designee. Place of Performance Address: 11301 Wilshire Blvd. Los Angeles, CA Postal Code: 90073-1003 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering price. The government will evaluate information based on the following evaluation criteria: price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 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 The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the contract specialist electronically. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order or delivery order/task order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Tuesday September 4, 2018 by 3:30 pm Pacific Time at electronically. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Jason White, JD, Jason.white2@va.gov. Point of Contact Jason White, JD, Contract Specialist, Jason.white2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0076/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218U0076 36C26218U0076.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572276&FileName=36C26218U0076-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572276&FileName=36C26218U0076-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218U0076 36C26218U0076.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572276&FileName=36C26218U0076-000.docx)
- Record
- SN05063820-W 20180901/180830231207-bea6d779cd4854a7a5b4c52d3041d609 (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 |