Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
DOCUMENT

71 -- Office Furniture Services Nashville National Cemetery - Attachment

Notice Date
5/16/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0488
 
Response Due
5/24/2017
 
Archive Date
6/23/2017
 
Point of Contact
Max Andrade
 
E-Mail Address
al
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation Office Furniture Services Department of Veterans Affairs Nashville National Cemetery NOTICE: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES AND IS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION (SF1449) DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION #VA786-17-Q-0488 IS BEING ISSUED AS A REQUEST FOR QUOTEs (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR) AND THE VETERANS AFFAIRS ACQUISITION REGULATIONS (VAAR). ALL APPLICABLE RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-89 and are available in full-text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB), Open Market procurement. North American Industry Classification System (NAICS) code is 337214 Office Furniture (Except Wood) Manufacturing and the size standard is 1000 Employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov and MUST have an active SAM account PRIOR TO AWARD and through final payment. Potential awardees must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov as well PRIOR to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN Offers received that are not Service Disabled Veteran Owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. *ADDITIONAL NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-1 VA Notice of Total Veteran-Owned Small Business Set-Aside.) Offers received that are not Service Disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. 2. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. It is the Government s intent to make a single award to the Lowest Price Technically Acceptable (LPTA) offeror. The Contractor shall deliver the following items to the cemetery address above, FOB Destination. Delivery and installation shall be completed within thirty (30) calendar days ARO, to the following address: Nashville National Cemetery 1420 Gallatin Road, South Madison TN 37115 Synopsis: The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish all necessary labor, material, equipment and supervision to Purchase, Deliver, and Install Office Furniture at Nashville National Cemetery, 1420 Gallatin Road, South, Madison, TN 37115. The schedule price shall be for BRAND NAME or EQUAL, all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLINs): See attachment SOW Furniture Specs - Nashville NC for items required in this solicitation See attachment Diagram for Lodge for location installation details 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Quotes are due on May 24, 2017 3:00 PM EST Submit quotes to max.andrade@va.gov b). The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). 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 based on (LPTA) Lowest Priced Technically Acceptable. Quotes will be evaluated based on the following factors listed as shown below: All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The proposal will be evaluated strictly in accordance with its written content. Proposals which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all quotes that were deemed to be technically acceptable. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. 1. TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements and whether the Offeror s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical proposals, if deemed necessary by offeror to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described below) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. 2. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis in the Price and Schedule section. The Government will evaluate offers by adding the total of all line item prices. Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to: Experian, PPIRS, EPLS, VetBiz (VIP) and SBA. Clauses: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS FAR 52.212-4, Contract Terms and Conditions (MAY 2015) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2015) applies to this acquisition. Under paragraph B, the following clauses are incorporated: 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (FEB 2015) PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm SOLICIATION PROVISIONS: 52.212-1, Instructions to Offerors- Commercial Items (OCT 2015) 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or Felony Conviction Under Any Federal Law (DEVIATION) (MAR 2012) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.237-1 Site Visit (APR 1984) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2016) ADDITIONAL PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) 52.204-17, Ownership Or Control Of Offeror (NOV 2014) 52.211-6, Brand Name or Equal (AUG 1999) 52.223-1, Bio-based Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-73 Brand Name or Equal (JAN 2008) 852.211-75, Product Specifications (JAN 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.228-70, Bond Premium Adjustment (JAN 2008) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) 852.270-1, Representatives of Contracting Officers (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACT SPECIALIST ONLY! Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Max Andrade at max.andrade@va.gov. All questions must be received by no later than May 22, 2017 at 3:00PM (EST) to allow a reasonable response time to questions prior to close of the solicitation. No questions will be accepted after May 22, 2017 at 3:00pm EST as this solicitation will close on Wednesday, May 24, 2017 at 3:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0488/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0488 VA786-17-Q-0488.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502717&FileName=VA786-17-Q-0488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502717&FileName=VA786-17-Q-0488-000.docx

 
File Name: VA786-17-Q-0488 SOW Furniture Specs - Nashville NC.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502718&FileName=VA786-17-Q-0488-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502718&FileName=VA786-17-Q-0488-001.xlsx

 
File Name: VA786-17-Q-0488 Diagram for Lodge.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502719&FileName=VA786-17-Q-0488-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3502719&FileName=VA786-17-Q-0488-002.pdf

 
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: Nashville National Cemetery;1420 Gallatin Road, South;Madison TN 37115
Zip Code: 37115
 
Record
SN04510306-W 20170518/170516234558-81678bb57a7f1565eb71c99b1bebe2c8 (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.