Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
DOCUMENT

71 -- Height Adjustable Desk Risers, Bases, Installation - Attachment

Notice Date
9/14/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A17Q0423
 
Response Due
9/21/2017
 
Archive Date
11/20/2017
 
Point of Contact
Riley Bender, Riley.bender@va.gov
 
E-Mail Address
riley.bender@va.gov
(riley.bender@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 17 VA119A-17-Q-0423 09-14-2017 Riley Bender 240-215-0580 09-21-2017 2:00 PM ET Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 x 100 x 337214 1000 Employees N/A X Department of Veterans Affairs Technology Acquisition Center-Austin 1701 Directors Boulevard, Suite 600 Austin TX 78744 Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 See CONTINUATION Page Height adjustable desk base, desk riser and installation See below for Product Description Bid intentions due on 9/18 at 2PM ET. Questions due on 9/15 at 3PM ET See CONTINUATION Page X X Melissa Maloy Contracting Officer VA119A-17-Q-0423 Page 1 of Page 2 of 16 Page 1 of Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRODUCT DESCRIPTION 5 B.3 PRICE/COST SCHEDULE 8 ITEM INFORMATION 8 SECTION C - CONTRACT CLAUSES 9 C.1 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 9 C.2 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) 9 C.3 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 9 C.4 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 10 C.5 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 10 C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 11 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 13 SECTION E - SOLICITATION PROVISIONS 14 E.1 INSTRUCTIONS TO OFFERORS 14 VOLUME I PRICE 14 E.2 EVALUATION OF QUOTES 15 E.3 FAR 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) 15 E.4 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 16 VA119A-17-Q-0423 Page 1 of Page 4 of 16 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: TBD b. GOVERNMENT: Melissa Maloy, Contracting Officer 0010X Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [ ] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] Monthly, in accordance with B.4 Price schedule and upon delivery and acceptance of deliverables by COR. In accordance with FAR 52.232-25 (a) (3), only proper invoices that contain documentation of services performed will be accepted. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. TUNGSTEN (fka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS COR (Contracting Officers Representative): Eric Boorom, Eric.Boorom@va.gov Contract/Task Order Number: TBD Purchase Order Number: TBD Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requestshttp://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily VA119A-17-Q-0423 Page 1 of Page 12 of 16 Page 1 of 5. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRODUCT DESCRIPTION Height-Adjustable Bases and Risers The Department of Veterans Affairs (VA) Technical Acquisition Center (TAC) requires height adjustable desk bases. The desk bases shall be motorized, adjustable height legs, capable of having a government furnished worksurface mounted to them. The Contractor shall deliver a total of nineteen (19) adjustable height desk bases, as described in Table 1. The desk bases shall: Include push-button lift/lower controls, which mount underneath the front edge of the worksurface. The Contractor shall include the mounting hardware. Operate on 110VAC at no more than 5 Amps. Include a single cable to provide power to the entire height adjustable base. The cable shall be a minimum of 6 length with a NEMA 5-15 type plug. Be width-adjustable to allow the frame to fit a variety of worksurface configurations. Include adjustable leveling studs in the base to accommodate uneven flooring. Include cable trays or other cable management underneath the worksurface. Include mounting hardware to attach the Government-furnished worksurface to the base. Additionally, the desk risers shall meet all of the requirements listed in Table 1 below: TABLE 1: ADJUSTABLE HEIGHT BASES ATTRIBUTE VALUE Worksurface Width Bases Capable of accommodating GFE worksurfaces from 96 to 108 Base/Frame Color Gray or black Base Height, Fully Lowered No taller than 24" when fully lowered. Base Height, Fully Raised At least 48" when fully raised. Load Capacity 300 lbs, minimum Work Surface Depth Capable of supporting up to 30" maximum Noise Level 50dB maximum Travel speed 1 per second, minimum Lift Assist Type Powered, electric lift with one motor in each leg Base Footprint 26" depth, max; Minimum Adjustable Width Range: 60 to 84 Warranty Standard Commercial Warranty, 2 Year minimum The Contractor shall deliver, assemble, install, and test each adjustable height desk so it is ready to be placed into use. Installation shall include removing the existing VA desktop worksurfaces from their brackets that attach the worksurface to cubicle walls and mounting the worksurfaces to the adjustable height bases. The Contractor shall include the manufacturer s standard commercial warranty for a minimum of 2 years on each adjustable desk. The standard commercial warranty shall cover the entire adjustable desk, including the base, motors, controller/control box, and keypad/pushbuttons. Attachment 1 provides a general configuration of the existing cubicles, along with the shape and size of the worksurfaces to be mounted to the adjustable height bases. The height adjustable desk bases shall be delivered, assembled, and installed at the TAC office in Austin, TX within 30 days of contract award. The Contractor shall provide only new equipment and new parts for the required products described herein. Absolutely no Gray Market Goods may be provided. Gray Market Goods are defined as genuine branded goods sold outside of an authorized sales-territory (or by non-authorized dealers in an authorized territory) at prices lower than being charged in authorized sales territories (or by authorized dealers). VA TAC requires height adjustable desk risers. The Contractor shall deliver a total of seven (7) motorized adjustable height desk risers as described in Table 2. In addition to meeting the requirements in table 2 below, all desk risers shall: Be of a two-tier design, which shall include one tray or platform for keyboard and mouse, and a second upper worksurface large enough for two, free standing monitors Include a keyboard tray which lifts simultaneously with the upper, display worksurface Be free standing and not require any modification of the existing desk surface, clamps, or adhesive(s) for mounting Be self-supporting and not require any additional, manual bracing or support when in a raised position TABLE 2: Motorized Desk Riser ATTRIBUTE VALUE Number of Tiers 2 Upper Worksurface Height, Fully Lowered No taller than 5.5" when fully lowered. Upper Worksurface Height, Fully Raised At least 16.1" when fully raised. Load Capacity 35 lbs, minimum Work Surface Width 36" Keyboard/Mouse Tray Width 27" minimum, unobstructed by upper worksurface Work Surface/Keyboard Combined Depth 24" maximum Height Increments 1 stop per inch, minimum Lift Assist Type Powered, electric lift assist with minimum 6 cable length and NEMA 5-15 type plug Dual Monitor Support Upper worksurface shall accommodate two (2) free standing, 20" widescreen monitors Base Footprint 24" depth max Warranty Standard Commercial Warranty, 1 Year minimum The adjustable height desk risers shall be delivered fully assembled and ready to be placed on an existing desk or cubicle worksurface. A total of 7 height adjustable desk risers, as specified above, shall be delivered to the TAC office in Austin, TX within 30 days of contract award. The Contractor shall provide only new equipment and new parts for the required products described herein. Absolutely no Gray Market Goods may be provided. Gray Market Goods are defined as genuine branded goods sold outside of an authorized sales-territory (or by non-authorized dealers in an authorized territory) at prices lower than being charged in authorized sales territories (or by authorized dealers). Ship To and Mark For (Austin, TX): Primary: Name: Stephanie Seeley Address: 1701 Directors Blvd, Suite 600 Austin, TX 78744 Voice: (512) 981-4501 Email: Stephanie.Seeley2@va.gov Special Shipping Instructions: Prior to shipping, Contractor shall notify Site POCs listed above, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. Contractor cannot make any changes to the delivery schedule at the request of Site POC. Contractors must coordinate deliveries with Site POCs before shipment of the hardware to ensure the site has adequate storage space. All shipments, either single or multiple container deliveries, will bear the VA Purchase Order (PO) number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall include the following: IFCAP PO # ____________ (i.e., 166-E11234) Total number of Containers:   Package ___ of ___.   (i.e., Package 1 of 3) INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 0002 0003 Desk Base Desk Riser Install for Desk Riser 19.00 7.00 19.00 EA EA EA ______________ ______________ __________________ __________________ GRAND TOTAL __________________ SECTION C - CONTRACT CLAUSES C.1 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.2 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (End of Clause) C.3 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) C.4 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) C.5 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VA119A-17-Q-0423 Page 1 of Page 13 of 16 Page 1 of SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS VA119A-17-Q-0423 Page 1 of Page 14 of 16 Page 1 of SECTION E - SOLICITATION PROVISIONS E.1 INSTRUCTIONS TO OFFERORS QUOTE SUBMISSION INTRODUCTION All quote intentions, questions, and final quote submission shall be submitted via email to the Contracting Officer and the Contract Specialist via email to Melissa.Maloy@va.gov and Riley.Bender@va.gov no later than the closing date specified on the SF 1449, Blocks 8 and 20. Indicate your intention to provide a quote via email on or before close of business on the date specified on the SF1449, Block 20.   It is requested that a negative response be indicated as well. All questions from contractors regarding this solicitation shall be submitted via email on or before date/time specified on the SF1449, Block 20.   Only written questions will be accepted and the questions shall be combined into one Microsoft Word document per contractor. Quotes shall be submitted to the Contracting Officer and the Contract Specialist via email to Melissa.Maloy@va.gov and Riley.Bender@va.gov on or before date/time specified on the SF1449, Block 8. Quotes received after the due date/time will be late and may not be considered. Contractor s responses shall be submitted in accordance with the following Quote File instructions QUOTE FILES Format: The submission shall be clearly indexed and logically assembled. The titles and page limit requirements for each file are shown in the table below. Volume Number Factor File Name Page Limitations Volume I Price [Offeror] Pricing Spreadsheet.xls/.xlsx None Volume II SF1449, Amendments & Other Documents [Offeror].[ext] None VOLUME I PRICE Vendors shall complete B.2 Price Schedule. If awarded a contract, this pricing shall be incorporated and is the basis for all subsequent pricing for award under this contract. Contractors are encouraged to offer discounts. VOLUME II - SF1449, AMENDMENTS & OTHER DOCUMENTS The following shall be included in this volume: Signed SF 1449 and amendment(s), if any. An authorized official of the prime contractor shall sign the SF 1449, amendment(s) and all certifications requiring signature. Only original signatures will be accepted. Typed signatures will not be accepted. An Acrobat PDF file shall be created to capture the signatures for submission by the proposal due date. Any proposed terms and conditions and/or assumptions upon which the quote is predicated. Offerors are hereby advised that any offeror-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the offeror s quote Unacceptable; thereby, ineligible for award. E.2 EVALUATION OF QUOTES BASIS FOR AWARD This requirement will be conducted in accordance with FAR 13. The contract(s) resulting from the Request for Quotation (RFQ) will be made based on the lowest price technically acceptable. A quote can include the price for the bases, the risers, or all items. Award will be made to the lowest priced technically acceptable offer in each of the two categories. Contents of the written quotes will be evaluated to determine the degree and extent to which the requirements set forth in the RFQ are satisfied. PRICE EVALUATION APPROACH In accordance with FAR 13-106.2 (b)(1), the contracting officer will determined the prices fair and reasonable by competition. The CO shall also seek discounts off the published price. Quoters shall complete and submit Section B.3 Price Schedule. E.3 FAR 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) E.4 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) 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: Technical and past performances, when combined, are: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17Q0423/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-17-Q-0423 VA119A-17-Q-0423_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3795501&FileName=VA119A-17-Q-0423-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3795501&FileName=VA119A-17-Q-0423-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04677609-W 20170916/170914232058-af08424e1810aab0baa6bd74d06c9d11 (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.