Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2023 SAM #7950
MODIFICATION

75 -- Displays2Go Notification Signage (Brand Name or Equal)

Notice Date
9/1/2023 2:45:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123Q1095
 
Response Due
9/12/2023 4:00:00 PM
 
Archive Date
10/12/2023
 
Point of Contact
Cristina Mae Lansangan, Contracting Officer, Phone: 011-632-833-4566
 
E-Mail Address
cristina.lansangan@va.gov
(cristina.lansangan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26123Q1095 Posted Date: September 1, 2023 Response Date: September 12, 2023 Set Aside: Small Business Product or Service Code: 7510 NAICS Code: 339950 Contracting Office Address Network Contracting Office (NCO 21), Building 209, 3230 Peacekeeper Way, McClellan, CA 95652 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. The solicitation number is 36C26123Q1095 and is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2023-04 effective June 2, 2023 and VAAR Update 2008-36 effective January 1, 2023. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). This requirement will be set aside 100% for Small Business. The North American Industry Classification System (NAICS) code is 339950, Sign Manufacturing and the size standard is 500 employees. The Network Contracting Office (NCO 21) is seeking to purchase Notification Signage, Brand Name or Equal, consisting of Tree Stump Signs, Sign Stands and Snap Frames for the VA Palo Alto Health Care System, 3801 Miranda Avenue, Palo Alto, CA 94304. SALIENT CHARACTERISTICS: Offers shall include specifications and functional characteristics with form, fit and function equal to the following Displays2Go items: 22x28 Tree Stump Signs, Displays2Go SKU BP2228X2 Quantity: two snap frames per item Snap frames for easy front loading Can adjust snap frames height on pole Adjustable: can move both signs on one side or double-sided Sized for 22x28 graphics Heavy Duty, Sturdy Construction that can stand up to years of wear Non-glare lenses included Weighted base Color: Silver Finish: Satin Snap Frames, Displays2Go SKU WSNF117SV/WSNF8511SV/WSNF57SV Snap frames for easy front loading Dimensions WSN117SV Overall 12.1 x 18.3 x 0.5 D 11x17 graphics Viewable 10.1 x 16.3 WSNF8511SV Overall 12.2 x 9.7 x 0.5 D 8-1/2 x 11 graphics Viewable 10.2 x 7.7 WSNF57SV Overall 7.9 x 5.9 x 0.5 D 5x7 graphics Viewable 4.6 x 6.6 Heavy Duty, Sturdy Construction that can stand up to years of wear Non-glare lenses included Can be installed either portrait or landscape format Can be installed on wall, includes wall-mount hardware, and includes dowels for tabletop display Color: Silver Finish: satin 11x17 Snap Stands, Displays2Go SKU CMB1711L Snap frames for easy front loading Dimensions: 32W x 46.8H x 20 D Sized to fit 11x17 graphics Graphics orientation: landscape Heavy Duty, Sturdy Construction that can stand up to years of wear Weighted base Curved pole mounted on circular base Non-glare lenses included Color: Silver Finish: satin Offerors of equal products shall clearly indicate in its offer that the product being offered is an equal product and provide supporting documentation to show that the equal product being offered meets the physical, functional or performance characteristics as the item referenced below: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 50.00 EA BP2228X2 22 x 28 Poster Stand, Snap Open, Adjustable, 6 Feet Tall, Round Base - Silver LOCAL STOCK NUMBER: BP2228X2 Funding/Req. Number: 1 640-23-4-046-0180 0002 40.00 EA WSNF117SV 11 x 17 Poster Holders for Wall or Tabletop, Snap Open, Aluminum - Silver LOCAL STOCK NUMBER: WSNF117SV Funding/Req. Number: 1 640-23-4-046-0180 0003 200.00 EA WSNF8511SV 8.5 x 11 Sign Holder for Wall Mount or Tabletop Use, Snap Open, Aluminum - Silver LOCAL STOCK NUMBER: WSNF8511SV Funding/Req. Number: 1 640-23-4-046-0180 0004 50.00 EA WSNF57SV 5 x 7 Signage Holder for Wall Mount or Tabletop Use, Aluminum - Silver LOCAL STOCK NUMBER: WSNF57SV Funding/Req. Number: 1 640-23-4-046-0180 0005 40.00 EA CMB1711L 17 x 11 Menu Stand for Floor, Snap Open, Curved Post - Silver LOCAL STOCK NUMBER: CMB1711L Funding/Req. Number: 1 640-23-4-046-0180 GRAND TOTAL Contractor shall provide FBO Destination pricing to VA Palo Alto Health Care System. New Items ONLY; NO remanufactured, used/refurbished or ""gray market"" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized distributors will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. STATEMENT OF WORK 1.0 Overview The purpose of this procurement is to provide off-the-shelf signs to meet the department realignment and need throughout multiple locations of VAPAHCS. Interior signage and code required signage at VAPAHCS buildings are required to meet current VA Palo Alto Healthcare System standards, VA Office of Construction and Facilities Management Design Guide, Architectural Barriers Act Accessibility Standard (ABAAS), NFPA, and any applicable Federal, State and American Disability Act (ADA) requirement. New interior signage will improve visitor/patient and staff accessibility, promote safety, and create an intuitive path of travel. This requirement includes delivery. Installation service is not required. Signage product includes 22x28 tree stump signs, 11x17 sign stands, 11x17, 8-1/2x11, and 5x7 snap frames including all installation hardware and installation guides / manuals needed to complete install. The contractor shall provide materials and freight transportation to satisfy the needs of each ordering activity. 2.0 Contract Tasks The Contractor shall be capable of handling multiple signage projects at one time. The Contractor shall submit all specifications to VA POC for technical review and approval. The Contractor shall obtain VA approval for any changes or corrections to the signage. Contractor shall not add or substitute any component(s) without prior approval from the COR. 3.0 Delivery Contractor shall contact the POC as soon as possible to schedule delivery to: VA Palo Alto Health Care System c/o Holitna 1630 Atlantic Street - Suite B Union City, CA 94587 Contact Person: Ryan Dayal, ryan.dayal@holitna.com, (510) 512-0347 Contractor shall notify the VA POC a minimum of 48 hours advance notice of the scheduled date and time of delivery. In the event there is a delay in delivery, Contractor shall notify the VA POC immediately. Contractor shall not attempt to deliver any items before the scheduled delivery date. Package to prevent damage or deterioration during shipment, handling, and storage. Products should remain in original packaging until removal is necessary. Store products in a dry, indoor location with climate and pest control. 4.0 Receive and Unload Contractor shall ensure that the driver of the delivery vehicle has copies of the delivery order at time of delivery. Contractor shall verify and inspect all items both at time of receipt and upon arrival to the designated delivery site. All deficiencies (damage/overage/shortage) shall immediately be brought to the attention of the POC. Contractor shall store damaged items in the location designated by the POC. Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the POC. Contractor shall repair or coordinate for replacement of damaged, defective, or missing signage. Contractor shall complete delivery of products under this statement of work in the time specified (08:00 - 14:30). If unforeseen scheduling is required by the VA, Contractor shall coordinate revised scheduled, to be approved by POC. 5.0 Signage Types Specification Refer to Salient Characteristics for specifications. All signage shall be approved by VA POC prior to shipping. 6.0 Warranty a. Provide manufacturer s limited lifetime warranty against defects in materials or workmanship. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: All offers/quotes for this solicitation must be received electronically through e-mail no later than September 12, 2023, 4:00PM PST. Please reference solicitation number 36C26123Q1095 in the Subject Line of the e-mail. Offers/quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through e-mail no later than 48 hours from the release of the solicitation. Offers shall be submitted via e-mail to cristina.lansangan@va.gov. 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical: Offers will be evaluated to the extent they can provide the item (or equal) listed in the price schedule in Section B. The vendor s quote including equal items must meet the Salient Characteristics listed within the solicitation. A vendor must be determined technically acceptable in this factor in order to be considered for award. Technically acceptable is considered meeting all of the salient characteristics. ii. Price/Cost The Government will award to the lowest priced quotation that meets the brand name or equal requirement in the Item/Price schedule, all delivery requirements and any other stated requirements. (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 Provision) Offer must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. In addition, the following clauses shall also apply: 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Aug 2013 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Oct 2016 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008 (End)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b36a9edb355d44b28ae46d71a8881a39/view)
 
Place of Performance
Address: VA Palo Alto Health Care System 3801 Miranda Ave, Palo Alto, USA
Country: USA
 
Record
SN06816386-F 20230903/230901230057 (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.