Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
DOCUMENT

36 -- A-FRAME UPGRADE, Dallas CMOP - Attachment

Notice Date
2/5/2018
 
Notice Type
Attachment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;National CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
36C77018Q0281
 
Archive Date
2/25/2018
 
Point of Contact
Leah Thurman
 
E-Mail Address
Contracting Officer
(leah.thurman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award Universal Product Dispensers and Double Row Vertical Dispensers for the National CMOP Office. See the Draft Statement of Work (SOW) for responsibility s. The proposed project is anticipated to be a single award, firm, fixed-price requirement. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with two each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 332999. The Small Business Size Standard for this acquisition is 750 employees. Please limit your response to this synopsis to five pages and please include the following information: Your company s name, addresses, point of contact, phone number, and email address. Your company s interest in submitting a proposal on the solicitation when it is issued. Your company s capability to meet the requirements. Your company s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer s name, phone number and address, period of performance, and dollar value of the project. Your company s Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). Your company s Joint Venture information (if applicable and include copy of agreement) existing and potential Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft SOW (below). Index your firm s capabilities to the tasks in the draft SOW so that your firm s capabilities can be readily assessed. This is not a request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 4:00 PM (CT) on February 12, 2018. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 3450 S. 4th Street, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov. Please reference the following solicitation number in the subject line of all correspondence submitted: 36C77018Q0281. Draft Statement of Work VETERANS AMINISTRATION CMOP DALLAS 2962 S. LONGHORN DRIVE LANCASTER, TEXAS 75134 SCOPE OF WORK SUMMARY: Provide and install 3 ea. new universal product dispensers and 2 ea. vertical double row dispensers. Vender to also supply staff to study A-Frame operation and adjust to optimize the A-Frame dispensing system to optimal operation and use. LOCATION: DALLAS VA CMOP (Consolidated Mail Outpatient Pharmacy) located in Lancaster, Texas and is located at 2962 S. Longhorn Drive Lancaster, Texas. 1.0. DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1 DESCRIPTION OF SERVICES Vendor to provide all labor, materials and equipment to install 3 ea. new universal product dispensers and 2 ea. vertical double row dispensers. Vendor to also supply staff to study a-frame operation and adjust to optimize the complete A-Frame dispensing. SCOPE OF WORK: 1.1.1 Provide and install 3 each Universal Product Dispensers (UPD), (horizontal belt feeds) 6 feet wide with up to 15 dispensing rows per 6 foot section. UPD s shall be set up to dispense on the same ordering system that is currently in-place. Vendor shall remove current vertical dispensing banks and package up for future use. Complete universal product dispenser system shall be tested for operation and staff trained on its operation. Vendor shall provide a project schedule within 7 days of award. Vendor shall start project no later than 14 days after project schedule is accepted by CMOP Engineering office and project shall not exceed 120 days. 1.1.2 Provide and install 2 each double row dispensers, six feet wide on A-Frame. Vendor to remove current vertical dispensers and pack for storage. Install new double row vertical dispensers and walkway with safety rail. Connect to current dispensing ordering system, test and verify that the dispensers are operational. Train staff on operation and maintenance of dispensers. Dispensing rows shall be adjustable width to accommodate various products. 1.1.3 Provide subject matter experts to study current configuration of A-Frame and history of products dispensed and optimize A-Frame for optimal dispensing of product to increase throughput. Vendor shall work with staff assigned to A-Frame production to locations for products and back stock. Setup and optimization shall be tested and process documented. 1.1.4. SERVICE DELAYS: If for any reason the contractor is unable to perform on the project, the contractor shall immediately notify Contracting Officer, COR and the Dallas CMOP Engineering office, in writing, and provide the reason why service cannot be made (e.g. awaiting parts), and an estimated completion date. Dallas CMOP is required to be fully operational during normal working hours, if the contractor runs into issues that will prevent the facility from operating the contractor shall provide any and all services to assure that the facility has power to operate normally. 1.1.5. Schedule of Services: The vendor shall develop, implement, and maintain a schedule of services. The vendor shall submit a copy of the schedule to the Contracting Officer, COR and Dallas CMOP engineering office for review, no later than ten days prior to commencement of work, and submit an updated schedule when changes occur. The contractor shall not impact the normal business of the Dallas VA CMOP, any power outages, cut overs, breaker moves shall be done after production hours or on a Saturday morning if the production line is not operational. 1.1.6. Work Hours: The contractor will have access to Dallas CMOP, from 7:00 a.m. - 3:00 p.m., Monday through Friday, excluding Federal Holidays If the vendor wants to work outside of these days/hours; the vendor shall submit the request in writing to Contracting Officer, COR and the Dallas CMOP Engineering office at least week in advance. The contractor is advised that requests are subject to disapproval. 1.2. GENERAL INFORMATION 1.2.1. Qualifications: The contractor shall provide sufficient personnel who meet all contract requirements and who are competent, qualified, and adequately trained to perform services required in this SOW. 1.2.2. Warranty: The contractor shall warranty all parts, equipment, and workmanship for a period of one year from the date of Government acceptance of work. 1.2.3. Waste Disposal: The vendor shall dispose of all waste and excess materials from the job site. The vendor shall not dispose of any waste at Dallas CMOP or leave waste at the site overnight. 1.2.4. Work Areas: The contractor shall, at all times, keep work areas free from accumulations of waste material, rubbish, tools, equipment, and materials. Upon completion of the job or when away from the work site, the contractor shall leave the work area and premises in a clean, neat, safe and workmanlike condition. 1.2.5. Safety: The contractor shall comply with all local, state and federal laws and safety regulations. Compliance with OSHA and other applicable laws and regulations for the protection of contractor s employees is exclusively the contractor s obligation, and the Government will assume no liability or responsibility for the contractor s compliance or non-compliance with such responsibilities. The contractor s shall provide contractor employees with all necessary personal protective clothing and equipment. 1.2.6. Fire Prevention and Safety: Contractor s employees shall comply with the Occupational Safety and Health Act (OSHA), VA CMOP Fire Protection Program and the Fire Prevention and Health Program. 1.2.7. Federal Holidays: The following Federal holidays are observed at Dallas CMOP. The contractor will not perform services on Federal holidays, or the actual day set aside for observation. New Years Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.2.8. Contractor Employee Conduct: The Government reserves the right to require removal from the site any contractor employee who endangers persons or property, whose actions are inconsistent with professional conduct, whose continued employment is inconsistent with the interest of VA CMOP security or who is found to be incapacitated or under the influence of alcohol, drugs, or other substances. Removal of employees for any reason does not relieve the contractor of the requirement to perform services specified herein. 1.2.9. Smoking In VA Facilities: Contractors are advised that the Government has placed restrictions on the smoking of tobacco products in Government facilities. Contractor employees and visitors are subject to the same restrictions as Government personnel. Smoking is permitted only in designated smoking areas. 1.2.10. Illegal Substances: Illegal substance possession, use, or distribution will not be tolerated on any Government installation, including VA Dallas CMOP. This includes prescribed medical marijuana. The contractor shall ensure that contractor employees who have access do not possess, use, or distribute illegal substances. All contractors are required to adhere to all local, state and federal laws concerning possession and/or use of illegal substances. Contractors found to be in possession of illegal substances will be barred from the installation and subject to arrest and prosecution by local authorities. 1.2.11. Security Requirements: The contractor shall obtain their security badges through Security located in the front office. Vendor s personnel and all sub-contractors shall abide by all Dallas CMOP security requirements and regulations. 1.2.12. Weapons, Firearms, and Ammunition: Contractors employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or on Government property while at VA Dallas CMOP. 1.3 BILLING and INVOICING: 1.3.1 Contractor must be registered in the Federal Government s System for Award Management (SAM) in order to be awarded a contract with the U.S. Government. Businesses may register in SAM at: https://www.unitedstatesbusinessregistration.us/?gclid=CNfZgtPZiL0CFYRQ7AodORAA_w The Federal Government utilizes a third party contractor to process invoices. Contractor must be registered with OB10 in order to submit e-invoices. The Federal Government DOES NOT accept, nor can they physically process paper invoices. Paper invoices WILL NOT be paid. Contractors may register in OB10 at: https://www.ob10.com/us/en/#&panel1-4 Contractors are authorized to submit itemized e-invoices through OB10 monthly however, quarterly invoicing is highly recommended. 1.4 QUALITY CONTROL/ASSURANCE 1.4.1. Quality Control The contractor will be responsible for the quality control of all work performed. All work must be performed in accordance with industry standards, manufactures specifications, installation instructions/recommendations, related documents provided and in compliance with all applicable codes and regulations. NEC, IBC, State, County, and local authority. Perform all required tests on all work as specified herein and in accordance with code requirements and industry standards to ensure full and complete operation of all systems. 2.0 GOVERNMENT FURNISHED MATERIAL NONE 3.0 GOVERNMENT FURNISHED EQUIPMENT NONE 4.0 INSPECTIONS 4.0.1 The Government reserves the right to perform initial, follow-up, and final inspections and acceptance of all work. The Dallas CMOP engineering office shall inspect and accept all work and workmanship.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/268888eb8302a3164648768d3cf02a60)
 
Document(s)
Attachment
 
File Name: 36C77018Q0281 36C77018Q0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4063366&FileName=36C77018Q0281-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4063366&FileName=36C77018Q0281-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04810990-W 20180207/180205231543-268888eb8302a3164648768d3cf02a60 (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.