Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2018 FBO #6154
DOCUMENT

84 -- Uniforms - Fire Resistant Clothing - Attachment

Notice Date
9/27/2018
 
Notice Type
Attachment
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26118Q9747
 
Response Due
9/28/2018
 
Archive Date
11/27/2018
 
Point of Contact
Katherine Fairley
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9747 Posted Date: 09/27/2018 Original Response Date: 09/28/2018 Current Response Date: 09/28/2018 Product or Service Code: 8405 Set Aside (SB) Yes NAICS Code: 315220 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 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 is a Small Business Set-Aside Requirement. 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 315220, with a small business size standard of 750 employees. The VA Palo Alto Health Care System, Palo Alto, California is seeking to purchase Uniforms (fire-resistant pants and shirts) All interested companies shall provide quotations for the following: ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 156.00 EA DUNGAREE JEANS FRB13 PART NO: FRB13 0002 138.00 EA RELAX FIT JEANS FRB100 PART NO: FRB100 0003 288.00 EA FRS160 MEDIUM BLUE SHIRT PART NO: FRS160 GRAND TOTAL NOTE: See attachment for Uniform Sizes and Quantities SALIENT CHARACTERISTIC: MFR: CARHARTT Essential/significant physical, functional, or performance characteristics. PURPOSE TO ENSURE EMPLOYEE SAFETY WHILE WORKING WITH HIGH VOLTAGE MUST MEET ALL THE FOLLOWING: Relax Fit Jeans 11.75-ounce, 100% cotton flame-resistant denim, it sits slightly below the waist, is relaxed-fitting seat and thigh, arc-resistant button closure at waist, brass zipper fly with Nomex zipper tape. Back pockets are reinforced and main seams are double-stitched for durability. Leg openings fit over boots NFPA 70E and NFPA 2112 compliant Dungaree Jeans - 11.75 ounce, 100% cotton FR denim Loose Original fit sits slightly above the waist Full seat and thigh Arc-resistant button closure at waist Brass zipper fly with NomexO FR zipper tape Multiple utility pockets Straight leg opening Carhartt FR label sewn on back pocket; NFPA 2112/HRC 2 label sewn on front waistband Meets the performance requirements of NFPA 70E standards and is UL ® Classified to NFPA 2112 Shirts: 7-ounce, FR twill: 88% cotton/12% high-tenacity nylon Button-down collar with button closure FR melamine buttons throughout Two chest pockets with flaps and button closures Extended sleeve plackets with two-button adjustable cuffs Triple-stitched main seams Meets the performance requirements of NFPA 70E standards and is UL ® Classified to NFPA 2112 * CAT 2 * ATPV (CAL/CM2) 8.6 Delivery shall be provided no later than 60 days after receipt of order. FOB Destination. The contractor shall deliver all line item(s) to VA Palo Alto Health Care System Palo Alto, CA 94304. Place of Performance Address: 3801 Miranda Ave. Palo Alto, CA Postal Code: 94304-1207 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) 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) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding line item descriptions and salient characteristics listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding line item descriptions and salient characteristics. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Manufacturer, authorized dealer, authorized distributor or authorized reseller for the proposed items. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The vendor s quote must meet all the salient characteristics, description and sizes listed within the solicitation for all line items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting all the salient characteristics, descriptions and sizes listed within the solicitation for all line items. The technical ratings are defined as follows: Acceptable: Quote clearly meets all the salient characteristics, description and sizes listed within the solicitation for all line items. Unacceptable: Quote does not clearly meet all the salient characteristics, description and sizes listed within the solicitation for all line items. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for Uniforms (fire-resistant pants and shirts) 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 shall be received not later than Friday, September 28, 2018, 12:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9747/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9747 36C26118Q9747-FIRE RESISTANT UNIFORMS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4612848&FileName=36C26118Q9747-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4612848&FileName=36C26118Q9747-000.docx

 
File Name: 36C26118Q9747 Uniform Size and Quantity.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4612849&FileName=36C26118Q9747-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4612849&FileName=36C26118Q9747-001.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05107819-W 20180929/180928010037-f4b75c459776ca758832f10190fe631f (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.