Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

71 -- 660 (S) Engineering / 660-20-3-044-0797/ Above Desk Power Modular (VA-20-00071432)

Notice Date
9/22/2020 8:33:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0495
 
Response Due
9/25/2020 1:00:00 PM
 
Archive Date
01/02/2021
 
Point of Contact
Lisa Thompson, Phone: 303-712-5773
 
E-Mail Address
Lisa.thompson10@va.gov
(Lisa.thompson10@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
Request for quote (RFQ) # 36C25920Q0495 Axil X - BE02520 5 1 XA Z13 U1-72 Brand Name or Equal Clamp Mount Power Cord This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 reserves the right to make no award from this solicitation. * The deadline for all questions is 2:00pm EST, September 23rd, 2020 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. *Quotes are to be provided to Lisa.thompson10@va.gov no later than 2:00pm MST September 25th, 2020. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB size limitation per email). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0495. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective August 31, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 335931 with a small business size standard of 500 employees. This solicitation is a 100% set-aside for Small Business concerns. **Small Business offerors need to clearly read FAR 52.212-1, Instructions to Offerors Commercial Items and 52.212-2, Evaluation Commercial Items, listed in this solicitation. Offerors must respond yes to all four (4) questions below to be considered a nonmanufacturer** [] yes [] no - Does not exceed 500 employees; 335931 must be verifiable thru the System for Award Management) [] yes [] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [] yes [] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [] yes [] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. List of Line Items; ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 82 EA ____________ ____________ Ogden - Horizontal-mount custom desktop with 5 AC power outlets (1) Dual USB charging outlets, 72"" Circuit breaker cord, silver face, black trim, clamp, edge mount. Model No: BE02520-5-1-XA-Z13-U1-72 LOCAL STOCK NUMBER: BE02520-5-1-XA-Z13-U1-72 0002 47 EA ____________ ____________ Orem - Horizontal-mount custom desktop with 5 AC power outlets (1) Dual USB charging outlets, 72"" Circuit breaker cord, silver face, black trim, clamp, edge mount. BE02520-5-1-XA-Z13-U1-72 LOCAL STOCK NUMBER: BE02520-5-1-XA-Z13-U1-72 0003 125 EA ____________ ____________ South Jordan - Power Module, (5) Power Outlets (1) Dual USB Charging Outlets, 72"" Circuit Breaker Cord, Silver Face, Black Trim, Clamp, Edge Mount BE02520-5-1-XA-Z13-U1-72 LOCAL STOCK NUMBER: BE02520-5-1-XA-Z13-U1-72 0004 25 EA ____________ ____________ VA Station Level Projects - Horizontal-mount custom desktop with 5 AC power outlets (1) Dual USB charging outlets, 72"" Circuit breaker cord, silver face, black trim, clamp, edge mount. BE02520-5-1-XA-Z13-U1-72 LOCAL STOCK NUMBER: BE02520-5-1-XA-Z13-U1-72 0005 1 EA ____________ ____________ INSTALL LOCAL STOCK NUMBER: INSTALL GRAND TOTAL ____________ Description of Requirements for the items to be acquired Statement of Work: 1.1 Statement of Work 1.1.1 All labor, material equipment and services necessary to furnish and install above desk power modular and related components as indicated or specified. 1.2 Quotation Documents 1.2.1 Furniture Specification 1.2.2 PDF Drawing for Ogden Clinic, Orem Clinic, and South Jordan Clinic 1.3 Performance Requirements 1.3.1 The specification covers the requirement for above desk power modular. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid. 1.3.2 All power modulars shall be of a design, material and workmanship to withstand hard daily usage over an extended life with a minimum or maintenance and repair. 1.3.3 The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.3.4 Warranty shall include parts, shipping, travel and service. Each item shall have its minimum coverage period stated below per each item. 1.4 Testing Requirements 1.4.1 All tests indicated herein must be conducted by an independent testing laboratory. Test results must not be more than two years old. Test reports should include complete descriptions of the material and construction, certified by the testing laboratory. 1.5 Submittals 1.5.1 Submittals required with the Bid are as Follows: 1.5.2.1 Submit price list for all product Bid 1.5.2.2 Submit complete test results if bidding alternatives 1.5.2.3 Submit and estimate of man- hours required for installation 1.5.2.4 Submit complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing. 1.5.2.5 Submit all furniture warranties and maintenance manuals to owner. 1.6 Delivery, Storage and Handling of Materials 1.6.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 1.6.2 Dealership is responsible for storing product in their warehouse until the job sites is ready for installation. 1.6.2.1 Product shall be stored flat in a cool, dry place 1.6.2.2 Do not subject to moisture. 1.6.3 Deliver no components to project site until areas are ready for installation 1.6.4 Install a power port at each desk at each clinic according to the construction schedule and drawings: 1.6.4.1 Ogden VA Clinic Estimate Install Date: ASAP 3945 Washington Blvd. South Ogden, UT 84405 1.6.4.2 Orem VA Clinic Estimate Install Date: ASAP 774 State ST. Orem, Utah 94401 1.6.4.3 South Jordan Clinic Estimate Install Date: ASAP 5119 West Daybreak Parkway South Jordan, Utah 84009 1.6.4.4 VA Station level projects Estimate Delivery Date: ASAP, drop off to VA storage 500 Foothill Drive Salt Lake City, UT 84148 2.0 PRODUCT 2.1 General 2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, scorching from heat of a cigarette, and exhibit to flaking, cracking, or loss or adhesion. 2.1.2 Furnishings shall have smooth finishes with not hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 2.3 Byrne, Axil X, 5 AC port 1 USB port above desk power modular or equal 2.3.1 Horizontal-mount custom desktop with 5 AC power outlets (1) Dual USB charging outlets, 72 Circuit breaker cord, silver face, black trim, clamp, edge mount. 2.3.2 Mounts to the edge of the work surface, and does not require cutout in worksurface 2.3.3 Fits in tops ¾ to 1-7/16 thick. 3.0 EXECUTION 3.1 Surface conditions 3.1.1 Inspection 3.1.1.1 Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 3.1.1.2 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards. 3.1.1.3 In the event of discrepancy, immediately notify the Designer. 3.1.1.4 Do not proceed with installation in areas of discrepancy until all s such discrepancies have been fully resolved. 3.2 Installation and Workmanship 3.2.1 Coordinate installations per construction schedule. Need two weeks notice to notify end users and coordinate computer and equipment moves by VA. 3.2.2 All installation methods shall be in accordance with the printed instructions of the manufacturer. 3.2.3 All items must be placed in the proper location as indicated on the Furniture Plans. 3.2.4 All furnishings must be in working condition and completely assembled. All assembly and installation work involved in placing furniture shall be completed by the Dealership, including fastening or securing to walls when required. 3.2.5 Each item must be clean and free from dust, packing marks, tags, labels, etc. 3.2.6 All power modulars shall be installed per manufacturer s instruction and equipped with an appropriate cord and plug. 3.2.7 All punch list items must be completed prior to acceptance by the Owner 3.2.8 The furnishings shall be neat in appearance and from defects. Use no shims, wedges or similar job fashioned materials. 3.2.9 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner. 3.2.10 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 3.2.11 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 3.2.12 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. 3.3.13 Installers are responsible to check in with Interior Design, prior to installation each day to obtain VA vendor badges and must be worn above the waist and must be visible always. 3.3.14 Installers are responsible to follow VA vendor guidelines and wearing appropriate uniforms/clothing. 3.3 Punchlist Inspection 3.3.1 Punchlist inspection will not commence until the above items are complete and ready for inspection. If the Dealership schedules an inspection and the above items are not completed, the Dealership will be responsible for any and all additional costs incurred by the Owner s representative, including but not limited to travel costs and professional fees at the Owner s representative s hourly rate. 3.4 Work Required by Others 3.4.1 All work required by other trades shall be identified under this section by the Bidder. END OF SECTION 52.212-1, Instructions to Offerors--Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability 1. The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability 1. The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 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) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract 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/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, in all solicitations. (Feb 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising (NOV 2008) VAAR 852.211-70 Service Data Manuals, (NOV 1984) VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019 Deviation) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Rejected Goods 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Lisa.thompson10@va.gov by 2:00pm MST on September 25th, 2020. Name and email of the individual to contact for information regarding the solicitation: Lisa Thompson Lisa.thompson10@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e97cde046634d37b31a13a3ef6f781b/view)
 
Place of Performance
Address: Department of Veteran affaird Salt Lake CIty VAMC 500 Foothill Dr. 84148-0001
Zip Code: 84148-0001
 
Record
SN05807509-F 20200924/200922230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.