SOLICITATION NOTICE
H -- Columbia MO. VAMC Construction Material Laboratory Testing
- Notice Date
- 3/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-09-RQ-0295
- Response Due
- 4/6/2009
- Archive Date
- 4/26/2009
- Point of Contact
- Clifford LawsonPurchasing Agent<br />
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-09-RQ-0295. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This government contemplates a firm fixed price contract as a Base with 4 Option periods for this procurement. Procurement of this Service is as a Service Disabled Veteran Owned Small Business Set Aside. Far Part 19.10 Small Business Competitiveness Demonstration Program applies to this procurement. The solicitation and document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC 2005-30, Effective 15 January 2009. The North American Industry Classification System (NAICS) is 541380 with a size standard of 11 million dollars. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award will be made to the low priced offeror deemed acceptable. The quotation shall consist of 9 Contract Line Item Numbers (CLIN) 0001 thru (CLIN) 0009. (See Attached) 1 Unit of Issue: Job, Description: See Attachment 1 2. SERVICES TO BE PROVIDED. Inspection and Testing: Testing laboratory shall inspect materials and workmanship and perform tests described herein and additional tests requested by Resident Engineer. When it appears materials furnished, or work performed by Contractor fail to meet construction contract requirements, Testing Laboratory shall direct attention of Resident Engineer to such failure. Written Reports: Testing laboratory shall submit test reports to Resident Engineer, and Contractor within 24 hours after each test is completed unless other arrangements are agreed to in writing by the Resident Engineer. Submit reports of tests that fail to meet construction contract requirements on colored paper. Verbal Reports: Give verbal notification to Resident Engineer immediately of any irregularity. Test Standards: The Contractor has been directed to provide a lump sum allowance of $5000 for furnishing published standards (ASTM, AASHTO, ACI, ANSI, AWS, ASHRAE, UL, etc.) referred to or specifically referenced which are pertinent to any Sections of these specifications. Furnish one set of standards in single copies or bound volumes to the Resident Engineer within 60 days. Photocopies are not acceptable. Billings for the standards furnished shall be at the net cost to Testing Laboratory. A preliminary list of test standards, with the estimated costs, shall be submitted to the Resident Engineer for review before any publications of reference standards are ordered. (See Attached Solicitation) Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Feb 2009. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Nov 2006) apply to this acquisition. FAR 52.219-27 IL 049-07-08 June 19, 2007 Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). 52.212-2 Evaluation-Commercial Items (JAN 1999) Technical and Past performances, when combined, are approximately equal to cost or price. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email. This solicitation is being issued as a Request for Quotation (RFQ) return receipt. No later than then 6 April 2009 at 11:00 a.m. Central Standard Time (CST). The point of contact for this procurement is Clifford Lawson, Contracting Officer, Department of Veterans Affairs Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: clifford.lawson@va.gov Phone: 913-758-6413, Fax # 913-758-6495.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fb99bcd50f7bdb024593dc3c49d671d&tab=core&_cview=1)
- Place of Performance
- Address: Harry S. Truman VAMC;800 Hospital Drive;Columbia, MO.<br />
- Zip Code: 65201-5275<br />
- Zip Code: 65201-5275<br />
- Record
- SN01776729-W 20090326/090324220857-08c5126f1263ec1270428f865ecc0380 (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 |