Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
DOCUMENT

34 -- Tin Knocker & Associated Items for the Cleveland VA Medical Centers Engineering Department - Attachment

Notice Date
5/11/2018
 
Notice Type
Attachment
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Rd;Columbus,OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q0663
 
Response Due
5/16/2018
 
Archive Date
7/15/2018
 
Point of Contact
Kenyon E. Dulaney
 
E-Mail Address
88-7827<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 3 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 36C25018Q0663 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This is a Service Disabled Veteran Owned Small Business set-aside and the associated NAICS code is 332721 and small business size standard is 500 employees. The requirement is for a Shear Machine and associated items. See below the statement of work for description and requirements. Delivery location is Louis Stokes Cleveland VA Medical Center, Cleveland OH and shall be FOB destination. Delivery and set in mechanical room as soon as all activities can be coordinated. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, (ii) Alternate I 52.225-3, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand Name or Equal 852.219-10 VA Notice of Total Service -Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (At least one-year) 852.246-71 Inspection The following VAAR Provisions apply: N/A Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated Lowest price technically Acceptable. Offers should also include best expected delivery date. Quotes are to be emailed to Kenyon E. Dulaney at Kenyon.dulaney@va.gov, no later than Wednesday, May 16, 2018 COB. Please be advised of the following Salient Characteristics: Shear must be mechanical(hydraulic) and be able to cut a minimum width of 60 and 16ga. mild steel. Break must be able to bend 8 piece of 16ga. sheet metal. Box and Pan break must bend a 4 piece of 16ga. sheet metal and come with a stand. Pittsburgh Machine must be able to handle 24ga. sheet metal and have a flange attachment and stand included. Cleat Bender must be able to handle 24ga. sheet metal and come with a stand. Please see the following Cost Schedule and Statement of Work: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SHEET METAL WORKING EQUIPMENT DESIGNED FOR CUTTING AND FABRICATING DUCT WORK FOR MAINTENANCE AND REPAIRS WITHIN THE CLEVELAND VAMC AND COMMUNITY BASED OUTPATIENT CLINICS EQUIPMENT. 1.00 EA __________________ __________________ 0002 TIN KNOCKER STAND FOR BOX AND PAN BRAKE 1.00 EA __________________ __________________ 0003 TIN KNOCKER MODEL TK24G PITTSBURGH W/FLANGING ATTACHMENT AND STAND 1.00 EA __________________ __________________ 0004 TENNSMITH MODEL- 24 CLEATBENDER 1.00 EA __________________ __________________ 0005 TENNSMITH STAND FOR MODEL 24 CLEATBENDER 1.00 EA __________________ __________________ 0006 TENNSMITH MODEL HB97- 16 HEAVY DUTY HAND BRAKE 1.00 EA __________________ __________________ 0007 TENNSMITH MODEL MSE616-F MECHANICAL SHEAR 1.00 EA __________________ __________________ GRAND TOTAL __________________ Statement of Work 1. Scope. Purchase new sheet metal equipment. Have it delivered and set in mechanical room S-113. Remove all existing equipment from room S-113 and deliver it to the receiving dock. 2. Specific Tasks. 2.1 Shippers will receive and store all new equipment. Once all equipment is received and delivery can be coordinated with COR, Shippers will deliver new equipment to 10701 East Blvd. 2.2 Shippers will remove all existing sheet metal equipment from room S-113 and deliver existing equipment to receiving dock. 2.3 Shippers will rig, and set new sheet metal equipment in room S-113 in coordination with COR. 3. Performance Monitoring Contracting Officer s Representative(COR) will monitor removal of existing equipment and installation of new equipment. 4. Security Requirements - COR shall accompany contract personnel during the removal of existing and installation of new equipment. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will be no government furnished equipment provided for the purposes of this contract 6. Other Pertinent Information or Special Considerations. This operation shall be performed after normal working hours to minimize the inconvenience to staff and patients a. Identification of Possible Follow-on Work. There shall be no follow-on work b. Identification of Potential Conflicts of Interest (COI). There shall be no conflicts of interest c. Identification of Non-Disclosure Requirements. Not required d. Packaging, Packing and Shipping Instructions. All equipment for this contract shall be delivered at the contractor s expense to the Wade park facility and installed in room S-113. e. Inspection and Acceptance Criteria. The COR shall make the final determination along with the contractor for final acceptance 7. Risk Control - All risk will be assumed by the Shipper. 8. Place of Performance. Wade Park VA facility at 10701 East Blvd Cleveland Ohio 44106 Room S-113. 9. Period of Performance. As soon as all activities can be coordinated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0663/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0663 36C25018Q0663_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300261&FileName=36C25018Q0663-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300261&FileName=36C25018Q0663-000.docx

 
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: Louis Stokes VA Medical Center;10701 East Blvd;Cleveland,OH
Zip Code: 44106
 
Record
SN04919474-W 20180513/180511230717-3365c2a83400f886446989915c046486 (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.