Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
DOCUMENT

71 -- HIGH DENSITY STORAGE SYSTEM - Attachment

Notice Date
9/7/2018
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker 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
36C26218U0106
 
Response Due
9/13/2018
 
Archive Date
9/23/2018
 
Point of Contact
Carlos Magana
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the 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 is a request for quotes under solicitation number: 36C26218U0106. The acquisition strategy will be a Small Business set-aside to best meet the needs of the Government. There is set-aside, Small Business, provisions associated with this procurement. The Department of Veterans Affairs Long Beach Healthcare System has a requirement for High storage mobile system. The Contractor shall furnish all supplies/services at: Department of Veterans Affairs VA Long Beach Healthcare System Warehouse Bldg 149 5901 East 7th Street Long Beach, CA 90822 If interested, and are capable of providing the required supplies please provide the requested information and pricing for the line item as indicated below. Responses to this notice should include: company name, address, point of contact, DUNS, and size of business pursuant to the following questions: Item # Manufacturer Description/Part Number Qty UNIT PRICE Total VA - Main Hospital Solutions Room Building 1, Room 30 24" and 48" deep wire shelving storage Capacity - 612 sq ft. The following is for RACK #1 1 Datum 60 X24 STATIONARY SHELVING 5 2 Datum 72 X 48 MOBILE SHELVING 9 3 Datum 72 X 24 STATIONARY SHELVING 1 The following is for RACK #2 4 Datum 72 X 24 STATIONARY SHELVING 5 5 Datum 60 X 24 STATIONARY SHELVING 1 6 Datum 72 X 48 MOBILE SHELVING 6 7 Datum 60 X 48 MOBILE SHELVING 6 VA - Main Hospital Storage Room Building 2, Room 2-54 24" and 48" deep wire shelving storage Capacity - 1000 LB/SHELF The following is for RACK #1 8 Datum 36 x 48 MOBILE SHELVING 1 9 Datum 36 X24 STATIONARY SHELVING 2 10 Datum 60 X 24 MOBILE SHELVING 6 11 Datum 60 X 48 STATIONARY SHELVING 15 The following is for RACK #2 12 Datum 36 X 24 STATIONARY SHELVING 3 13 Datum 60 X 24 STATIONARY SHELVING 9 14 Datum 48 X 24 STATIONARY SHELVING 1 15 Datum 42 X24 STATIONARY SHELVING 6 16 Datum 54 X 24 STATIONARY SHELVING 1 17 Datum 60 X 48 MOBILE SHELVING 12 18 INSTALLATIN (SEE SOW) 1 Include shipping cost on the items price. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. Vendor Requirements: 1. Vendor shall provide delivery. 2. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. 3. The pricing terms and conditions of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. STATEMENT OF WORK FOR VA Long Beach HEALTHCARE SYSTEM Statement of Work (SOW) Locations for requested Storage Systems Solutions Room: Building 1, Room 30 Storage Room: Building 2, Room 2-54 Office Hours: 7:00 AM 4:00 PM The contractor shall furnish all materials, labor, equipment, training, transportation, and personal necessary to accomplish delivery, installation, and inspection of a mechanically assist high density storage system. OBJECTIVE: The Government and the Contractor understand and agree that the construction services to be performed under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. The contractor shall furnish all materials, labor, equipment, training, transportation and personnel necessary to accomplish Asbestos Abatement tasks in accordance with VA provided drawings and specifications. The contractor is required to be located within an area permitting a maximum of a four (4) hour response time to the location listed above. The Contractor s office/location must be operational upon award of the contract and throughout the duration of the performance and must be open for business from 7:30 a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays and weekends. The Government will provide specifications and drawings of all buildings where the work is to be performed. NORMAL OPERATING HOURS: Normal work hours are 7:30A.M. to 4:00P.M. (PST), Monday through Friday, excluding Federal Holidays and weekends. Contractors must obtain written permission from the Contracting Officer at least 4 working days prior to work on Saturdays, Sundays, or Federal holidays. The following federal holidays are observed: New Year s Day Labor Day Martin Luther King Jr. Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day CONTRACTOR STAFF AND EMPLOYEES Prior to commencing work, the contractor shall provide the Contracting Officer with the telephone number at which the contractor or his/her designated representative may be contacted at any time during regular working hours and an emergency number which the contractor may be contacted in situations requiring immediate attention. The above-mentioned representative, if provided, must be delegated in writing to act on the behalf of the principle/President/CEO of the company. SITE Contracting Officer s Representative (COR): The Government shall not exercise any supervision or control over the contractor s employees performing services under this contract. Such employees shall be accountable not to the Government, but solely to the contractor, who, in turn, is responsible to the Government. At all times during the performance of each Task Order under this contract, and until the work under that Task Order is completed and accepted, the contractor shall directly oversee the work under each Task Order, or assign, and have on each work site, a competent representative who is satisfactory to the Contracting Officer and has authority to act for the contractor. This may include a working supervisor. Contractor s Employees. All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, the contractor to remove from the job site any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. PROGRESS MEETINGS Progress meetings shall be held (frequency determined by the C.O.), between the contractor and the Government to discuss work progress, problems and potential modifications. SPECIFICATIONS SCHEDULING OF WORK Before commencement of work, the contractor shall confer with the Contracting Officer s Representative, as well as the building occupant, and agree on a sequence of procedures; means of access to premises and building; space for storage of materials and equipment; delivery of materials and use of approaches; use of corridors, stairways, elevators, and similar means of communications; location of partitions, eating spaces, and restrooms for contractor employees; and the like. Delivery of materials and equipment shall be made with a minimum of interference to Government operations and personnel. The work shall, so far as practicable, be done in definite sections or divisions, and confined to limited areas which shall be completed before work in other sections or divisions is begun. Most work will be performed in occupied areas. The contractor shall take all precautions to ensure that no damage will result from his operations to private or public property. All damages shall be repaired or replaced by the contractor at no cost to the Government. The contractor shall be responsible for providing all work site protective barriers and site control devices. Proposed traffic control methods shall be submitted to the Contracting Officer s representative for final approval. At the beginning of each working day, the contractor shall notify the Contracting Officer s representative of the location(s) of work to be accomplished that day. To increase storage capacity, mobile systems in the solutions room and storage room #54 will be pro industrial mobile systems are used - main brochure attached along with case study showing open ends with wide span shelving similar to what will be used for this project. Storage room #54 will have two high density mobile systems with a main aisle down the middle to maximize capacity with easy access. Wide span shelving with perforated shelves of various sizes are provided based on the floor plan. All shelving is 72" high, with 4 shelves, 3 levels. Solutions room will have two high density mobile systems with a main aisle down the middle to maximize capacity with easy access. Shelving of various sizes are provided based on the floor plan. The top system will utilize wide span shelving with perforated shelves. All shelving is 72" high with 4 shelves, 3 levels. The bottom system will utilize pallet racking with wire decking. All shelving is 72" high with two shelves, two levels. WARRANTY Vendor shall provide standard warranty for these products. DELIVERY AND INSTALLATION Vendor must deliver to VA Long Beach Medical Center. Vendor must install the equipment in the VA Long Beach Medical Center. INSPECTION AND ACCEPTANCE The VA Long Beach Medical Center will inspect the equipment to ensure proper working condition. CLAUSES INCORPORATED BY REFERENCE FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. Oct 2016 FAR Clause 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Oct 2015 FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items. Jan 2017 FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items. Jul 2018 FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation. Jul 2013 FAR Clause 52.222-26 Equal Opportunity. Sep 2016 FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities. Jul 2014 FAR Clause 52.225-1 Buy American Supplies May 2014 FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases. Jun 2008 CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-1, Instructions to Offerors Commercial Applies to this acquisition and the following addenda to the provision. (a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. (c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014) Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at  https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (a)  Definitions. As used in this provision Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation, means a foreign incorporated entity that meets the definition of an inverted domestic corporation under  6 U.S.C. 395(b), applied in accordance with the rules and definitions of  6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern (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; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (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). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Veteran-owned small business concern means a small business concern (1) Not less than 51 percent of which is owned by one or more veterans (as defined at  38 U.S.C. 101(2)) 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 veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term successor does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1)  Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed 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 ______________. [Offeror to identify the applicable paragraphs at (c) through (t) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1)  Small business concern. The offeror represents as part of its offer that it is, is not a small business concern. (2)  Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it is, is not a veteran-owned small business concern. (3)  Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern. (4)  Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it is, is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5)  Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it is, is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that (i) It is, is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that (i) It is, is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture:  __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note:  Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8)  Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it is a women-owned business concern. (9)  Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10)  HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that (i) It is, is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It is, is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 (1) Previous contracts and compliance. The offeror represents that (i) It has, has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It has, has not filed all required compliance reports. (2)  Affirmative Action Compliance. The offeror represents that (i) It has developed and has on file, has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e)  Certification Regarding Payments to Influence Federal Transactions (31  U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f)  Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR)  52.225-1, Buy American Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products,  i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American Supplies. (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation 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 FAR Number Title Date 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST JAN 2008 852.211-70 SERVICE DATA MANUALS NOV 1984 852.215-71 EVALUATION FACTOR COMMITMENTS DEC 2009 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.246-70 GUARANTEE JAN 2008 852.246-70 INSPECTION JAN 2008 The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 337215 Size Standard 500 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. In Accordance with FAR Clause 52.237-1 -- Site Visit, A site visit is available for September 11, 2018 @ 9:00AM PST for offerors who would like to view the site. Interested offerors shall RSVP via email by no later than 1:00PM PST September 10, 2018 for the location below in front of Building 126. Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822 The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Quotes are to be received no later than: September 13, 2018 at 1:00PM PST. NO ADDITIONAL TIME WILL BE GIVEN, LATE QUOTES WILL NOT BE ACCEPTED, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Carlos Magana, Contracting Specialist at Carlos.Magana@va.gov with 36C26218U0106 in the subject line by no later than Sep 11, 2018 @ 1PM PST. Telephone inquiries shall not be accepted. Inquiries after the allotted period may not be responded. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0106/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0106 36C26218U0106.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581768&FileName=36C26218U0106-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581768&FileName=36C26218U0106-000.docx

 
File Name: 36C26218U0106 SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581769&FileName=36C26218U0106-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581769&FileName=36C26218U0106-001.docx

 
File Name: 36C26218U0106 Wire Shelving Image.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581770&FileName=36C26218U0106-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581770&FileName=36C26218U0106-002.pdf

 
File Name: 36C26218U0106 Shelf Image.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581771&FileName=36C26218U0106-003.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581771&FileName=36C26218U0106-003.jpg

 
File Name: 36C26218U0106 Mobile shelving.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581772&FileName=36C26218U0106-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581772&FileName=36C26218U0106-004.pdf

 
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;VA Long Beach Healthcare System;Warehouse Bldg 149;5901 East 7th Street;Long Beach, CA
Zip Code: 90822
 
Record
SN05079080-W 20180909/180907231413-4122ef1e811051269ef878f2b21def67 (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.