DOCUMENT
70 -- CATV Distribution System with Installation - Attachment
- Notice Date
- 7/26/2017
- Notice Type
- Attachment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Midwest District Contracting;9700 Page Avenue;St Louis, MO 63132
- ZIP Code
- 63132
- Solicitation Number
- VA101V17Q0358
- Response Due
- 8/8/2017
- Archive Date
- 9/7/2017
- Point of Contact
- Jorge Martin
- E-Mail Address
-
Martin@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION 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. VA101V-17-Q-0358 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. The combined synopsis/solicitation is set aside for Service Disabled Veteran Own Small Business concerns only. Only quotes submitted by Service Disabled Veteran Own Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service Disabled Veteran Own Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The applicable NAIC Code for this solicitation is 334310 Audio and Video Equipment Manufacturing, and the Small Business Size limitation is 750 Employees. The contractor shall provide and install the following items. CLIN 0001: Vizio E-80 E Series UHDR LED TV Part number VIE80E3 or equal Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0002: Vizio E75 E# Series 75 UHDR Smart LED TV Part number VIE75E3 or equal Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0003: Vizio E Series Smartcast 65 ULT.HD TV Part number VIE65E0 or equal Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0004: Visio D Series 55 class full-array LED TV Part number VID55NE2 or equal Unit Price___________ ;Quantity: 4; Unit of Issue: EA; Extended Price ____________ CLIN 0005: Vizio E48 E Series 48 1080P Smart LED TV Part number VIE48D0 or equal Unit Price___________ ;Quantity: 2; Unit of Issue: EA; Extended Price ____________ CLIN 0006: VGA Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0007: Cat 5e/6 transmitter. Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0008: Optical Receiver Unit Price___________ ;Quantity: 4; Unit of Issue: EA; Extended Price ____________ CLIN 0009: VGA-to-HDMI converter Unit Price___________ ;Quantity:1; Unit of Issue: EA; Extended Price ____________ CLIN 0010: HD RF modulator Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0011: Z-Band Light Transmitter Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0012: Optical splitter Unit Price___________ ;Quantity: 1; Unit of Issue: EA; Extended Price ____________ CLIN 0013: Video Hub (12-port) Unit Price___________ ;Quantity: 4; Unit of Issue: EA; Extended Price ____________ CLIN 0014: Video Balun Unit Price___________ ;Quantity: 12; Unit of Issue: EA; Extended Price ____________ CLIN 0015: All Applicable hardware for adaption including surface mount boxes, faceplates and connectors. Unit Price___________ ;Quantity: 1; Unit of Issue: Lot; Extended Price ____________ CLIN 0016: Installation of all equipment and parts to include operational training Unit Price___________ ;Quantity: 1; Unit of Issue: Job; Extended Price ____________ Description of Requirement The contractor shall provide all labor, transportation, and supplies required to furnish, deliver, setup and install a complete CATV Distribution System per the attached SOW. Period of Performance: Deliver and install within 450 days After Receipt of Order FOB Destination Point: Delivery is to VA Records Management Center 4300 Goodfellow Blvd. St Louis, MO 63120. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal (AUG 1999) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation based on a consideration of the following factor: Price, Experience and Past Performance. Price: Price will be evaluated to determine if it is fair and reasonable. Brand Name or Equal: Contractor shall provide a list of all proposed equipment with description, model numbers, quantities, unit and extended price. The salient physical, functional, or performance characteristics that equal products must meet are specified within this combined synopsis solicitation s section v. 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 RFQ. 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 within this combined synopsis solicitation s section v. Experience: The basis of evaluation under this factor will be focused on the firm's experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar CATV equipment and installation services were successfully provided. Only quotes that demonstrate relevant experience with providing similar CATV equipment and installation services will be eligible for award. Government and commercial sources will be accepted. Past Performance: The Contractor shall provide at least one reference that corresponds with relevant experience and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced, experience and past performance based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have 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 ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR 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) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's 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 or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and 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's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-71 Inspection (JAN 2008) VAAR 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 12 Months (except for the two cameras which shall include a 3 year extended warranty), said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 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 applicable clauses: (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (41) 52.223-14 Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) Paragraph c applicable clauses: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class / Monetary Wage Fringe Benefits 15090 - Telecommunications Mechanic I / GS-7 (End of Clause) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Quotes are due no later than Aug 8, 2017 by 5:00 PM Central Time. The vendor must be active in SAM and verified as a SDVOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Relevant experience/qualifications information, Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Please ensure a completed past performance questionnaire is emailed to Jorge.Martin@va.gov by the respective individual who is providing the reference. Please provide descriptive literature and detailed specifications for only proposed equal items. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address Jorge.Martin@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # VA101V-17-Q-0358. 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. For additional information, please contact the Contracting Officer, Jorge Martin at (314) 253-5386 or by e-mail at Jorge.Martin@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0358/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0358 VA101V-17-Q-0358.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686970&FileName=VA101V-17-Q-0358-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686970&FileName=VA101V-17-Q-0358-000.docx
- File Name: VA101V-17-Q-0358 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686971&FileName=VA101V-17-Q-0358-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686971&FileName=VA101V-17-Q-0358-001.pdf
- File Name: VA101V-17-Q-0358 Statement of Work.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686972&FileName=VA101V-17-Q-0358-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686972&FileName=VA101V-17-Q-0358-002.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0358 VA101V-17-Q-0358.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686970&FileName=VA101V-17-Q-0358-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Records Management Center;4300 Goodfellow Blvd;St Louis, MO 63120
- Zip Code: 63120
- Zip Code: 63120
- Record
- SN04599376-W 20170728/170726232244-22124db899fe83b6dca44ce205ad784a (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 |