Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
DOCUMENT

93 -- WINDOWS FOR VCT PROJECT, VAMC NORTH HAMPTON - Attachment

Notice Date
6/26/2012
 
Notice Type
Attachment
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24112Q0894
 
Response Due
7/6/2012
 
Archive Date
9/4/2012
 
Point of Contact
Chris Humphrey
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA241-12-Q-0894 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-12-Q-0894 and is issued as an RFQ. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective April 18, 2012. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as an SDVOSB set-aside. The North American Industry Classification System (NAICS) code is 332321, and the size standard is 500 employees. (v) This requirement consists of the following (17) line items: PROVIDE ONE HUNDRED (100) COMMERCIAL REPLACEMENT ALUMINUM FRAMED WINDOWS CUSTOM SIZED TO FIT EXISTING OPENINGS. WINDOWS SHALL MEET ALL REQUIREMENTS AS OUTLINED IN STATEMENT OF WORK. PLEASE PROVIDE PRICING BY SIZE AS LISTED BELOW. 1 - 70"x89" - 2.00 EA 2 - 33"x98" - 4.00 EA 3 - 40"x98" - 5.00 EA 4 - 46"x98" - 4.00 EA 5 - 48"x98" - 5.00 EA 6 - 51"x98" - 5.00 EA 7 - 53"x98" - 37.00 EA 8 - 55"x98" - 20.00 EA 9 - 57"x98" - 1.00 EA 10 - 33"x82" - 4.00 EA 11 - 38"x82" - 2.00 EA 12 - 40"x82" - 4.00 EA 13 - 50"x82" - 2.00 EA 14 - 51"x82" - 1.00 EA 15 - 53"x82" - 1.00 EA ? 16 - 22"x60" - 2.00 EA 17 - 30"x36" - 1.00 EA (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Provide a total of one hundred commercial replacement windows, sized to existing openings. Each window shall be non operable, but shall simulate a one-over-one type double hung window, similar to the existing windows. Windows shall be extruded aluminum, thermally broken, powder coated with Interpon D-2000 white finish or equal. Glazing shall be 1" dual pane low emissivity insulated glass in lower pane. Upper pane shall be solid panel with the same powder coat finish. Extruded aluminum sill pan, white finish, shall be included. Window units shall meet or exceed the minimum performance requirements per AAMA/WDMA/CSA 101/I.S.2/A440-08 (NAFS). Performance class and grade shall be CW-PG50-H. Weather seals shall comply with AAMA 701/702. Reinforcing members shall be in compliance with ASTM B 456 for Type SC3 severe service conditions. Vendor shall provide product data, shop drawings, performance data, maintenance data, and warranty information. Vendor shall verify all measurements in the field prior to submission of quote. The approximate sizes are as follows: 2 each 70"x89" 4 each 33"x98" 5 each 40"x98" 4 each 46"x98" 5 each 48"x98" 5 each 51"x 98" 37 each 53"x98" 20 each 55"x98" 1 each 57"x98" 4 each 33"x82" 2 each 38"x82" 4 each 40"x82" 2 each 50"x82" 1 each 51"x82" 1 each 53"x82" 2 each 22"x 60" 1 each 30"x36" Vendor shall include permanently elastic non-shrinking and non-migrating type sealant recommended by window manufacturer in sufficient quantity to install one hundred windows. Cost estimate shall include delivery to jobsite at Bldg. 9, Northampton VA Medical Center, 151 North Main Street, Northampton, MA. All deliveries shall include sealant in quantities sufficient to install the number of windows delivered. Installation is NOT to be included (vii) Delivery FOB Destination to: VA Central Western Massachusetts 421 North Main Street Leeds, MA 01053-9764 More information will be provided upon contract award. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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: 1. Technical: Window specifications must be in accordance with requirements listed in the Statement of Work and Attachments. Submission of descriptive literature is REQUIRED. 2. Price: Lowest Price to meet the technical requirements. Quote must provide a full breakdown of cost for adequate review. Technical requirements are significantly more important than Cost or Price. (b) 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. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.211-6 BRAND NAME OR EQUAL (AUG 1999), 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) ALTERNATE I (APR 2002), VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008), VAAR 852.211-70 SERVICE DATA MANUALS, VAAR 852.211-73 BRAND NAME OR EQUAL, VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE, VAAR 001AL-11-15, VAAR 852.246-70 GUARANTEE (JAN 2008), VAAR 852.246-71 INSPECTION (JAN 2008), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Friday, July 6, 2012 at 10:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Christopher Humphrey, Contracting Specialist, e-mail Christopher.Humphrey@va.gov (xvi) Please address questions to Christopher Humphrey, Contracting Specialist, e-mail Christopher.Humphrey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q0894/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0894 VA241-12-Q-0894.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382695&FileName=VA241-12-Q-0894-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382695&FileName=VA241-12-Q-0894-000.docx

 
File Name: VA241-12-Q-0894 C27 - VA NORTHAMPTON 7 27-A1.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382696&FileName=VA241-12-Q-0894-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382696&FileName=VA241-12-Q-0894-001.PDF

 
File Name: VA241-12-Q-0894 P01 - NORTHAMPTON WINDOWS.JPG (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382697&FileName=VA241-12-Q-0894-002.JPG)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382697&FileName=VA241-12-Q-0894-002.JPG

 
File Name: VA241-12-Q-0894 P01 - NORTHAMPTON WINDOWS 2.JPG (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382698&FileName=VA241-12-Q-0894-003.JPG)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=382698&FileName=VA241-12-Q-0894-003.JPG

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Central Western Massachusetts;Building 9;421 North Main Street;Leeds, MA
Zip Code: 01053-9764
 
Record
SN02786243-W 20120628/120626234920-4b3c5f184e96b46860dd1e1f1c8e010e (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.