DOCUMENT
S -- 36C258-18-AP-0219 ASSET INVENTORY MGT - Attachment
- Notice Date
- 9/17/2018
- Notice Type
- Attachment
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
- ZIP Code
- 85723
- Solicitation Number
- 36C25818Q9889
- Response Due
- 9/21/2018
- Archive Date
- 11/20/2018
- Point of Contact
- Cesar Suarez
- E-Mail Address
-
7921450
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C258-18-Q-9776 Posted Date: 9/17/2018 Original Response Date: 9/24/2018 Current Response Date: 9/24/2018 Product or Service Code: S215 Set Aside (SDVOSB/VOSB): No NAICS Code: 484210 Contracting Office Address 3601 S. 6th Ave. Bldg 45 Tucson, AZ 85723 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; quotes 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 FAC 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 484210, with a small business size standard of $27.5 million. The Contracting Office is seeking to purchase furniture moving, storing, and inventory services for the Tucson Southern Arizona VA Health Care System. All interested companies shall provide a quote for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 The Contractor shall furnish all labor, tools, equipment and trucks to provide and execute the pickup of furniture systems, moving of furniture systems, freestanding furniture, and the data management of these systems and furniture in accordance with the Statement of Work (Base Year) 1 1001 The Contractor shall furnish all labor, tools, equipment and trucks to provide and execute the pickup of furniture systems, moving of furniture systems, freestanding furniture, and the data management of these systems and furniture in accordance with the Statement of Work (Option Year 1) 1 Services STATEMENT OF WORK SOUTHERN ARIZONA VA HEALTH CARE SYSTEM PERFORMANCE WORK STATEMENT FOR ASSET INVENTORY MANAGEMENT 1.0 OBJECTIVE Southern Arizona Veterans Affairs Health Care System (SAVAHCS) requires asset inventory management services. The contractor must have the capabilities to provide labor (technically trained personnel) for the inventory data capture management and product handling inventory management of VA s furniture systems and freestanding furniture. 2.0 SCOPE OF WORK The Contractor shall furnish all labor, tools, equipment and trucks to provide and execute the pickup of furniture systems, moving of furniture systems, freestanding furniture, and the data management of these systems and furniture. The VA will supply the furniture systems and freestanding furniture to be picked up and inventoried at the vendor s inventory management center. The estimated square footage of furniture is 5,000 square feet. These services will be provided for a period of 52 weeks a year. The following work will be performed by the Contractor but not limited to: a) The ability of describing furniture made by multiple manufacturers and allows for the capture of information concerning specific category, condition, fabric, finish, edge and base details, colors and user defined fields. b) The ability to view inventories at a single or multiple sites in order to understand the total value of the VA assets at the contractor s location. c) The software should be designed for ease of use in navigation and allows for users with limited computer experience. d) Provide detailed reporting is available through a variety of summary reports of entire inventories or sub-set inventories e) Initial pickup of systems furniture and freestanding furniture at the VA Main Facility onsite warehouses, located at: 3601 S. 6th Ave. Tucson, AZ. 85723 f) The Contractor will provide the labor to pick up and deliver systems furniture and freestanding furniture to the contractor s facility after the initial moving of inventory by the contractor. g) The Contractor will have warehoused furniture available to be retrieved approximately 1.5 times per week with 2-3 days notice. h) The Contractor shall deliver warehoused furniture to the VA within 2-3 days notice after receiving instructions. i) The Contractor shall use SnapTracker software as their furniture inventory management system. 3.0 GENERAL REQUIREMENTS: 3.1 6500.6/Appendix A/Item 6 The certification and Accreditation requirements do not apply and Security Accreditation Package is not required. 3.2 6500.6/Appendix A/Item 7 This service will not be storing/collecting any data released outside the VA. There is no sensitive information to protect outside of the VAMC. 4.0 VA PRIVACY TRAINING VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information. This TMS training course (VA20939) provides the mandatory yearly Privacy training requirement for any VA personnel such as volunteers or contractors without access to VA computer systems or VA sensitive Information. If employee has access to protected health information, whether paper or electronic, they must take the Privacy and HIPAA Focused Training. You may use this print version for an employee to read. The supervisor, in turn, must enter the training into TMS. 5.0 WORK REQUIREMENTS a) The extensive knowledge for the purpose of data management and product handling of systems furniture and freestanding furniture from such manufacturers as: Haworth, Herman Miller, Steelcase, Knoll, Sitmatic, Sit-on-It, Swiftspace, Stance Healthcare, OFS Brands, LA Z Boy, Wieland Furniture, Global Office, All Seating, NuCraft, David Edwards, Nemschoff, Kimball Office, Lacasse, and Falcon Furniture. b) Provide each VA authorized user with a unique and secure log in. c) Based on a standard, a description of a single unique item and asset, which represents the actual item inventoried. d) Allow for multiple locations and multiple inventories in the contractor s facility. e) The vendor must supply their own tools, equipment and trucks to provide and execute the pickup of furniture systems and moving of furniture systems to the contractor s facility. f) Contractor must perform work consistently in a manner satisfactory to the Southern Arizona VA Health Care System. 6.0 CLEAN-UP All debris and rubbish not specified to become Government property resulting from the inspection and testing of the fire systems shall be disposed of by the contractor off Government property. Disposal will be in compliance with all applicable Federal, state and local hauling and disposal regulations. 7.0 SAFETY REQUREMENTS: Safety requirement shall meet the applicable sections of Occupational Safety and Health Administration (OSHA) Regulations. The contractor shall ensure that all materials/equipment being used meets any and all applicable safety standards. 8.0 PERIOD OF PERFORMANCE The Period of Performance for this contract service shall be completed quarterly for a period of one (1) year from 01 October 2018 through 30 September 2019 (Base Year) with one one year option starting 01 October 2019 through 30 September 2020. GENERAL REQUIREMENTS 9.0 HOURS OF WORK The hours of work shall take place between the hours of 8:00am to 4:30pm, Monday through Friday, Federal Holidays excluded. There will not be any overtime or weekends in this contract. 10.0 FEDERAL HOLIDAYS New Year s Day, Martin Luther King s Birthday, President s Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 11.0 TYPE OF CONTRACT A firm fixed price contract is contemplated for all aspects of the project. 12.0 CONTRACTOR REQUIREMENTS a) The contractor shall provide the COR with a list of contractor employees expected to enter into buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. b) It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. c) SAVAHCS does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. d) The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 13.0 GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES: Utilities The government shall furnish electrical power in the performance of services stated in this contract. The government is not responsible for furnishing adaptors for connecting contractor-furnished equipment to government-furnished utilities. No other equipment or services shall be furnished by the government. Lights shall be used only in areas where work is actually being performed. Contractor personnel shall not adjust electrical or mechanical controls for heating ventilation, and air conditioning systems. The delivery/task order period of performance is [insert period of performance]. Delivery shall be provided [insert delivery date or "no later than ___ days after receipt of order/award of contract"]. [Specify delivery terms FOB origin or destination and any special delivery requirements]. The contractor shall deliver line item(s) [insert number(s)] to [insert name of activity and address]. Place of Performance Address: 3601 S. 6th Ave. Tucson, AZ Postal Code: 85723 Country: UNITED STATES Evaluation criteria: Price Only Award will be made on the basis of the lowest quoted price for all line items. Price analysis will be used to determine the lowest total evaluated price to support the selection of the lowest priced offer received. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 Aug 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Aug 2018 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 Jan 2017 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Aug 2018 The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). This is an open-market combined synopsis/solicitation for furniture moving, storing, and inventory services for the Tucson Southern Arizona VA Health Care System, as defined herein. The government intends to award a purchase 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 quotes 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 of quotes shall be received not later than 21 September 2018 at 1600 hours Arizona time. Hand delivered quotes can be turned in at 3601 S. 6th Ave, Bldg 45, Tucson, AZ 85723. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed quotes will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist below. Point of Contact Cesar Suarez Contract Specialist (520) 792-1450 ext 2573 cesar.suarez@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q9889/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q9889 36C25818Q9889.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595854&FileName=36C25818Q9889-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595854&FileName=36C25818Q9889-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q9889 36C25818Q9889.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595854&FileName=36C25818Q9889-000.docx)
- Place of Performance
- Address: 3601 S 6th Ave;Tucson AZ
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN05091962-W 20180919/180917231014-8caa8b0d3ed19f60ba8a509ab9baa53e (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 |