Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2017 FBO #5567
DOCUMENT

56 -- Acoustical Ceiling Tiles - Attachment

Notice Date
2/17/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street, Ste. 1895;Network Contracting Office (NCO) 16;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25617N0340
 
Response Due
2/22/2017
 
Archive Date
5/23/2017
 
Point of Contact
Department of eterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Acoustical Ceiling Tile 1 Acoustical Ceiling Tile Blanket Purchase Agreement Southeast Louisiana Veterans Health Care System New Orleans, LA Updated: 2/5/2017 PURPOSE The purpose is to provide adequate ceiling tiles for installation at the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119. To reiterate this is a Source Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. This Sources Sought Notice is for planning purposes only and is intended to identify Service Disabled Veteran Owned Small Business who can support this requirement. SALIENT CHARACTERISTICS Below is a chart noting the specific ceiling tile to be purchase. Due to color and texture matching, no substitutions outside of the materials noted here will be accepted. CLIN Ceiling Tile Designation Size W x L x T (in) Manufacturer Unit Number Manufacturer Acoustics (NRC and AC); Fire Rating; Light Reflectivity Ceiling Tile Characteristics Estimated Quantity to be ordered (ea.) 0001 AT-1 24 x 48 x 1 3257 (Optima) Armstrong 0.95; 190; Class A; 0.90 Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Tegular Suprafine Suspension system Color: White 480 0002 AT-2 24 x 48 x 5/8" 1777 (Dune) Armstrong 0.5; 35 (CAC); Class A; 0.83 Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Beveled Tegular Suprafine Suspension system Color: White 800 0003 AT-3 24 x 48 x 5/8" 1776 (Dune) Armstrong 0.5; 35 (CAC); Class A; 0.83 Anti-Mold and Mildew; Sag resistant; Durability in: Scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Angled Tegular Prelude Suspension system Color: White 400 0004 AT-4 24 x 48 x 5/8" 1773 (Dune) Armstrong 0.5; 35 (CAC); Class A; 0.83 Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Square Lay-in Prelude Suspension system Color: White 300 0005 AT-5 24 x 48 x 1" 3257 (Optima) Armstrong 0.95; 190; Class A; 0.83 Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Tegular Suprafine Suspension system Color: White 600 0006 ATSP-1 24 x 48 x 3/4" 1716 (Clean Room FL) Armstrong 0.55; 35 (CAC); Class A; 0.79 Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay In Clean Room (Aluminum) Suspension system Color: White Clean Room Class 5 150 0007 ATSP-1 Border Tile 24 x 48 x 5/8" 1721 (Clean Room FL Border Panel) Armstrong N/A; 35 (CAC); Class A; 0.79 Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay In Clean Room (Aluminum) Suspension system Color: White Clean Room Class 5 150 0008 ATSP-2 24 x 48 x 1" 608 (Cerama- guard Fine Fissured-Perforated) Armstrong.55; 40 (CAC); Fire Guard; 0.82 Anti-Mold and Mildew; Sag resistant; Durability in: Wash, scrub, soil; Recylced Content: More than 30%; Square Lay In Prelued XL (Aluminum) Suspension system Color: White 150 PERIOD OF PERFORMANCE MAY 1, 2017 APRIL 30, 2018 DELIVERY Contractor shall deliver all supplies to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 as scheduled in advance with the COR. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, and storage. Maintain protective covering in place and in good repair until delivery is necessary. Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. The contractor shall be responsible for all offloading of materials to VA loading dock. The contractor shall provide the necessary personnel to wait at the dock while supplies are verified by VA personnel. DELIVERY SCHEDULE: CLIN Ceiling Tile Designation Estimated Quantity to be ordered (ea.) Deliver By Quantity 0001 AT-1 480 5/5/2017 6/2/2017 7/7/2017 8/4/2017 9/8/2017 100 100 100 100 80 0002 AT-2 800 5/5/2017 6/2/2017 7/7/2017 8/4/2017 9/8/2017 10/6/2017 11/3/2017 12/1/2017 100 100 100 100 100 100 100 100 0003 AT-3 400 5/5/2017 6/2/2017 7/7/2017 8/4/2017 100 100 100 100 0004 AT-4 300 5/5/2017 6/2/2017 7/7/2017 100 100 100 0005 AT-5 600 5/5/2017 6/2/2017 7/7/2017 8/4/2017 9/8/2017 10/6/2017 100 100 100 100 100 100 0006 ATSP-1 150 5/5/2017 7/7/2017 9/8/2017 50 50 50 0007 ATSP-1 Border Tile 150 5/5/2017 7/7/2017 9/8/2017 50 50 50 0008 ATSP-2 150 5/5/2017 7/7/2017 9/8/2017 50 50 50 INSPECTION AND ACCEPTANCE: The Contractor shall conduct a joint inspection with the COR or their designated representative upon delivery of supplies. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). DELIVERABLES Cut Sheets and Manufacturers Information The contractor shall submit cut sheets and manufacturer s information on all filters listed in this order prior to completion of the first order. All supplies and materials must be approved by the VA prior to commencement of order. The contractor shall submit an electronic copy of the manufacturer s cut sheet and Safety Data Sheet (SDS) as applicable, no later than 14 calendar days after BPA award. At no point will the contractor be permitted to request substitutions for supplies without VA approval. Each submittal shall be accompanied by the submittal coversheet noting: The person initiating the submission The material being submitted Supply equivalency should it vary from the design basis Highlights of each section noting how the supply satisfies the salient characteristics of the materials required. Shipping Manifest The contractor shall include as part of the shipping manifest information pertaining to the exact contents of each package. The contractor shall include, at a minimum: Package Origin Address Line items with item descriptions Description Product number Ordering code for product Quantity of each item requested Quantity of each item present in the package Quantity necessary to complete the total order Order Date Shipping Date Identification of the Carrier WARRANTY: The contractor shall provide all manufacturers warranty with products upon delivery. Material warranty shall match the manufacturer s warranty and shall take place at the point of VA acceptance of materials. This is required for each shipment initiated. SECURITY REQUIREMENTS: GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA personnel regarding information and information system security. SECURITY CLAUSE A&A requirements do not apply--Security Accreditation Package is not required. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0340/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0340 VA256-17-N-0340.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3286461&FileName=VA256-17-N-0340-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3286461&FileName=VA256-17-N-0340-000.docx

 
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;Southeast Louisiana Veterans Healthcare System;Central Energy Plant Building;2400 Canal Street;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04406743-W 20170219/170217234124-bd7a5acc7b917ec6debed0dee1132f60 (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.