DOCUMENT
67 -- Garment Printer for Veteran in Chapter 31 Program. - Attachment
- Notice Date
- 7/15/2014
- Notice Type
- Attachment
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;VBA Central Area Contracting Team;St Louis Regional Office;400 South 18th Street;Saint Louis, MO 63103
- ZIP Code
- 63103
- Solicitation Number
- VA101V14Q0841
- Response Due
- 7/30/2014
- Archive Date
- 8/29/2014
- Point of Contact
- Jorge Martin
- E-Mail Address
-
Martin@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm?fixed?price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.VA101V-14-Q-0841 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74. iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 333249, and the Small Business Size limitation is 500 employees. v.The contractor shall provide all materials, parts, supplies, services, labor, transportation and supervision to furnish, install and configure the following items. CLIN 0001: Direct to Garment Printer, Quantity: 1, Unit of Issue: EA CLIN 0002: Cart, Quantity: 1, Unit of Issue: EA CLIN 0003: Heat Press, Quantity 1, Unit of Issue: EA CLIN 0004: Pretreatment Machine, Quantity 1, Unit of Issue: EA CLIN 0005: Photoshop CS6, Quantity 1, Unit of Issue: EA CLIN 0006: Delivery/Setup/Training, Quantity 1, Unit of Issue: LOT vi.Description of Requirement The contractor shall provide all materials, parts, supplies, services, labor, transportation, and supervision to furnish, install and configure the following items as described below. 1.Direct to Garment Printer: G3 Direct to Garment Printer or Equal "Part number:34343 or Equal "Manufacturer: Melco "Direct to garment inkjet printing "Fast Printing: Up to 20 dark shirts per hour and up to 60 white shirts per hour "Capable of doing 16.54" x 23" prints "Photo quality prints: 1440 dpi resolution "Print head manufacturer's warranty of at least six months. "Portable on a wheeled cart 2.Cart: "Part number:34296 or Equal "Manufacturer: Melco "Tubular and needs to be on wheels "Fits through standard size door. "To be used with G3 Garment Printer 3.Heat Press: "Part number:STX20* or Equal "Manufacturer: Stahls "Hotronix "Hover" Press, 16"x20" "Digital time, temperature and pressure settings "Clamshell design and Steel framework "Non-stick coated heater "To be used with G3 Garment Printer 4. Pretreatment Machine "Part number:XPT-6000 or Equal "Manufacturer: Viper "Easy-to-use touch screen interface "Hydraulic Spray application "Useable Spray Area 16" x 19" "Ready to Use Right Out of the Box "Less than 10 Seconds Spray Cycle "To be used with G3 Garment Printer 5.PhotoShop CS6 Extended Version "Part number: 65170001 or Equal "Manufacturer: Adobe "Downloadable from the Internet "To be used with G3 Garment Printer 6.Delivery, set-up, installation and up to six hours of training at the time of installation. Training Includes how to: "Connect the garment printer to a personal computer or network "install the printer driver "install ink cartridges "install Adobe Photoshop Software "conduct a print job "In person, face-to-face training by a factory trained technician for one government designated individual. The delivery/training location is a home within a residential neighborhood. The training shall cover the full printer set up and problem solving of potential problems that could arise. The training shall cover all maintenance procedures. The training shall also cover the setup/configuration of a government designated personal computer to enable actual printing from that computer. Contractor shall clean up and dispose of packing material. vii.Period of Performance: 30 Days After Receipt of Order FOB Destination Point: Moorhead, MN 56560. Full physical address will be provided upon contract award. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: 1.Criteria: The Government will evaluate offers submitted in response to this solicitation on Price. This requirement is also being done on a BRAND NAME OR EQUAL basis. The Contractor's offer will be compared to the part numbers which are depicted within the above listed schedule. 2.Price: As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. "A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. "A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. "All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. 3.Brand Name or Equal: The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the above listed schedule. 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. 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 above listed schedule. 4.Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced based upon the above stated strategy. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) Subcontracting Commitments - Monitoring and Compliance: This solicitation includes VAAR Clause 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (14)52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (25)52.219-28Post-Award Small Business Program Representation (Jul 2013) (28) 52.222-3 Convict Labor (June 2003) (29)52.222-19Child Labor - Cooperation with Authorities and Remedies (JAN 2014) (30)52.222-21Prohibition of Segregated Facilities (FEB 1999) (31)52.222-26Equal Opportunity (MAR 2007) (33) 52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (40)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (42) 52.225-3 Alternate II (MAY 2014) of Buy American--Free Trade Agreements--Israeli Trade Act (44)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (50)52.232-33Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) xiii.N/A xiv.N/A xv.Offers are due not later than July 30, 2014 by 12:00 PM Central Time. Offers shall be submitted electronically to email address Jorge.Martin@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-14-Q-0841. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. xvi.For additional information, please contact the Contracting Officer, Jorge Martin at (314) 552-9563, or by e-mail to Jorge.Martin@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14Q0841/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-14-Q-0841 VA101V-14-Q-0841_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1496676&FileName=VA101V-14-Q-0841-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1496676&FileName=VA101V-14-Q-0841-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-14-Q-0841 VA101V-14-Q-0841_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1496676&FileName=VA101V-14-Q-0841-000.docx)
- Place of Performance
- Address: Moorhead, MN.;(Full physical address will be provided;upon contract award).
- Zip Code: 56560
- Zip Code: 56560
- Record
- SN03425980-W 20140717/140716022159-64be7aa60181bc3a9885612aa08c45d5 (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 |