DOCUMENT
47 -- Plumbing Materials BPA - Attachment
- Notice Date
- 5/3/2018
- Notice Type
- Attachment
- NAICS
- 331210
— Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (NCO 21);Palo Alto CA 94304-1207
- ZIP Code
- 94304-1207
- Solicitation Number
- 36C26118Q0431
- Response Due
- 5/11/2018
- Archive Date
- 7/10/2018
- Point of Contact
- Joleo B. Dianala
- E-Mail Address
-
372-2273<br
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C26118Q0431 Posted Date: May 03, 2018 Original Response Date: May 11, 2018 Current Response Date: May 11, 2018 Product or Service Code: 4730 Set Aside: None NAICS Code: 331210 Contracting Office Address Department of Veterans Affairs; VISN 21 Network Contracting Office 21 5342 Dudley Blvd. Bldg 98 (NCO 21) McClellan, CA 95652-1012 Primary Point of Contact: Joleo B. Dianala Joleo.Dianala@va.gov Phone: (925) 372-2273 Fax: (925) 372-2220 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and using the Simplified Acquisition Procedures under the authority of subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated 01-24-2018. There are no set-aside provisions associated with this procurement and the associated North American Industrial Classification System (NAICS) code for this procurement is 331210, with a small business size standard of 1000 employees. The Department of Veterans Affairs Network Contracting Office 21 (NCO 21) intends to establish Blanket Purchase Agreements (BPAs) for VA Central California Healthcare System (VACCHCS). The Government may elect to award a single BPA or to award multiple BPAs to two or more sources under this solicitation. PRICE/COST SCHEDULE See Attachment 1, Pricing Schedule AUTHORITY This BPA is entered into pursuant to the Federal Acquisition Regulation Part 13.303-2. DESCRIPTION OF AGREEMENT Under this agreement, the BPA holder shall provide plumbing supplies to VA Central California Healthcare System (VACCHCS) TERM OF BPA This BPA is effective for a period of five years from the date of award. The government shall conduct an annual review of the established BPA. Upon completion of the annual review, a determination will be made whether or not it is in the best interest of the Government to continue with performance of the BPA. OBLIGATION OF FUNDS This BPA does not obligate any funds. The Government is only obligated to the extent of authorized orders issued under this BPA. PREVAILING TERMS AND CONDITIONS The Contractor agrees to the terms of the Blanket Purchase Agreement (BPA) exclusively with the Department of Veterans Affairs. The Terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence. AUTHORIZED USERS NCO 21 Contracting Officers are the only authorized users to place orders under this BPA. BPA holders shall not accept or perform any purported order that does not contain an Order number. ORDERING Contractor capabilities and capacity will be taken into consideration prior to assignment of a BPA Call. The Government may use oral quotes and streamlined procedures when selecting a contractor for the order. In addition, the Contracting Officer need not contact each of the Contractors under the Blanket Purchase Agreements before selecting the Contractor for a BPA Call if the Contracting Officer has information available to ensure that each Contractor is provided a fair opportunity to be considered for each BPA Call. The order may be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to a BPA Call already issued provided that all Contractors were given a fair opportunity to be considered for the original BPA Call. Orders cannot exceed $250,000 and may be placed using, Outlook Email Messages, FAX Internet portal, paper or oral communications. Requirements less than $10,000 may be paid for using Government Purchase Card (GPC) and may not be part of the BPA. Requirements under the micro-purchase threshold may be rotated among BPA holders without obtaining formal competition. DELIVERY TICKETS All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: Name of supplier BPA number Date of purchase Purchase number Itemized list of supplies Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not to be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information) Date of delivery or shipment INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. BACKGROUND The internal Engineering Construction Team operating at the VACCHCS Fresno, CA. campus will be performing several renovation and equipment site preparation projects in support of the Facility Infrastructure Project. This Statement of Work outlines material procurement activities in support of this project. STATEMENT OF WORK Provide plumbing materials that meet the required salient characteristics in accordance with the VA Master Construction Specifications. Refer to the Plumbing Material Schedule for additional details. Bidders are advised to carefully review all documents and submit requests for information if clarifications or additional information is required. This purchase is for materials only the products will be installed by others. This requirement includes any and all supplies, equipment, and parts related to plumbing. The Plumbing Material Schedule reflects estimated quantities of items frequently needed and in which a pricelist may be established. The scope of this requirement, however, may include additional parts, equipment, supplies related to plumbing. Those items not reflected in the pricelist will be procured in accordance with the BPA ordering procedures. ADDITIONAL REQUIREMENTS Materials shall be delivered within 10 business days from the vendors receipt of order. Natural disasters or shortages in the supply chain outside of the control of the contractor shall be immediately communicated to contracting officer. Maximum acceptable material lead time is 10 business days from placement of order, deviations from this lead time must be communicated to the Contracting Officer as required Proposal shall include unit pricing for each item and identify special pricing for bulk procurements Safety Data Sheets (SDS) documentation shall be included with each delivery for applicable material Shipping manifest shall be provided in hard copy at the time of delivery and electronically via email Plumbing material shall comply with the Buy American Act Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. SALIENT CHARACTERISTICS NO-HUB PIPE Cast iron waste, drain, and vent pipe and fittings. Cast iron Pipe shall be hub less (plain end or no-hub or hub less). The material for all pipe and fittings shall be cast iron soil pipe and fittings and shall conform to the requirements of CISPI 301, ASTM A888, or ASTM A74. Cast iron pipe and fittings shall be made from a minimum of 95 percent post-consumer recycled material. Joints for hub less pipe and fittings shall conform to the manufacturer s installation instructions. Couplings for hub less joints shall conform to CISPI 310. Joints for hub and spigot pipe shall be installed with compression gaskets conforming to the requirements of ASTM C564. COPPER PIPE Material or equipment containing a weighted average of greater than 0.25 percent lead are prohibited in any potable water system intended for human consumption, and shall be certified in accordance with NSF 61 or NSF 372. Endpoint devices used to dispense water for drinking shall meet the requirements of NSF 61, Section 9. Pipe: Copper tube, ASTM B88, Type L, drawn. Fittings for Copper Tube: Wrought copper or bronze castings conforming to ASME B16.18 and B16.22. Unions shall be bronze, MSS SP-72, MSS SP-110, solder or braze joints. Use 95/5 tin and antimony for all soldered joints. Brazing alloy: AWS A5.8M/A5.8, brazing filler metals shall be BCuP series for copper to copper joints and BAg series for copper to steel joints. BLACK IRON PIPE Steel: ASTM A53/A53M Grade B, seamless or ERW, Schedule 40. PIPE HANGERS & ALL THREAD ROD Hanger Rods: All-thread rods, Hot-rolled steel, ASTM A36/A36M or ASTM A575 for allowable load listed in MSS SP-58. Pipe Hangers and Supports: (MSS SP-58) General Types (MSS SP-58): J-style clevis hanger: adjustable, & galvanized provide bolt and locknut. Copper Tube: J-style galvanized clevis hanger: adjustable, & felted: provide bolt and locknut. DROP-IN ANCHORS Drop-in anchors and wedge anchors shall meet the requirements of ASTM B633, ASTM A563, & ASTM F844. PIPE INSULATION Preformed fiber glass pipe insulation - ASTM C547 (Pipe Fitting Insulation and Preformed Pipe Insulation), Class 1, k = 0.037 (0.26) at 24 °C (75 °F), for use at temperatures up to 230 °C (446 °F) with an all service vapor retarder jacket (ASJ) and with polyvinyl chloride (PVC) premolded fitting covering. Place of Performance Address: VA Central California Healthcare System (VACCHCS) 2615 East Clinton Avenue Postal Code: 93703-2223 Country: UNITED STATES ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 1. General Requirements The Department of Veterans Affairs Network Contracting Office 21 (NCO 21) needs Plumbing Supplies listed in Attachment 1, Pricing Schedule for VACCHCS. The Government may elect to award a single BPA or to award multiple BPA's for VACCHCS to two or more sources under this solicitation. 2. Instruction for The Preparations of Quotes Offerors shall provide the following in their responses to the RFQ: Contractors shall provide a quote for all items listed in Attachment 1, Pricing Schedule. Estimated annual expenditures by VACCHCS is listed in Attachment 1, Pricing Schedule. Acknowledgement of amendments issued since the original solicitation date, if applicable. The offeror shall provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your quote and who can obligate your company contractually. Past Performance (provide a list of no more than 4 relevant [relevant is defined in this RFQ as within the last 3 years] references in which similar services of the same scope and magnitude as this acquisition). The Government may also obtain past performance information from other sources. Quotes submitted in response to this solicitation shall be furnished to the Contracting Officer electronically on or before the solicitation closing date. BASIS OF AWARD Awards will be made to the contractors who have the lowest price that can provide Plumbing Materials listed in Attachment 1, Pricing Schedule. The Government may elect to award a single BPA or to award multiple BPA's. Offerors must be deemed responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1. No offers will be accepted from contractors that are not able to provide all Items listed in Attachment 1, Pricing Schedule. EVALUATION CRITERIA a. Price: Contractors that quote the lowest prices for Items listed in Attachment 1, Pricing Schedule. b. Past Performance: Past Performance will be graded as Acceptable or Unacceptable, or Neutral for those offerors with no past performance history. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.214-21, Descriptive Literature (Apr 2002) The following VAAR solicitation provisions apply to this acquisition: None Applicable The following FAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) FAR 52.246-2, Inspection Of Supplies Fixed-Price (AUG 1996) FAR 52.247-34, F.O.B. Destination (NOV 1991) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.253-1, Computer Generated Forms (JAN 1991) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-73, Brand Name or Equal (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70, Guarantee (Jan 2008) VAAR 852.246-71, Inspection (Jan 2008) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-1, Buy American Supplies (MAY 2014) FAR 52.225-5, Trade Agreements (OCT 2016) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent via email address at Joleo.Dianala@va.gov. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award one or more Blanket Purchase Agreement as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" "Quoter" shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 17:00 Pacific Time on May 11, 2018 at Network Contracting Office (NCO) 21, 5342 Dudley Blvd. Bldg 98 McClellan, CA 95652-1012. Email quotes to Joleo.Dianala@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Joleo Dianala at email address: Joleo.Dianala@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on May 11, 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Joleo Dianala, (925) 372-2273, email: Joleo.Dianala@va.gov. (End of Combined Notice)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0431/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q0431 36C26118Q0431.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4278037&FileName=36C26118Q0431-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4278037&FileName=36C26118Q0431-000.docx
- File Name: 36C26118Q0431 Attachment 1, Pricing Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4278038&FileName=36C26118Q0431-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4278038&FileName=36C26118Q0431-001.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q0431 36C26118Q0431.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4278037&FileName=36C26118Q0431-000.docx)
- Record
- SN04909827-W 20180505/180503230805-fe0e9691ca3314ecbfba199ae7ce67e1 (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 |