Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2018 FBO #6025
SOLICITATION NOTICE

56 -- Architectural Materials BPA

Notice Date
5/21/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (NCO 21);McClellan, CA 95652
 
ZIP Code
95652
 
Solicitation Number
36C26118Q0567
 
Response Due
5/31/2018
 
Archive Date
7/30/2018
 
Point of Contact
(925) 372-2273
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C26118Q0567 Posted Date: May 21, 2018 Original Response Date: May 31, 2018 Current Response Date: May 31, 2018 Product or Service Code: 5640 Set Aside: None NAICS Code: 335122 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 335122, with a small business size standard of 500 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 Architectural materials 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 architectural materials that meet the required salient characteristics in accordance with the VA Master Construction Specifications. Refer to the architectural materials 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 architectural. The architectural materials 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 architectural. 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 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 Architectural materials 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 Non-Structural Metal Framing APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. American Society for Testing and Materials (ASTM) A641-09.................Zinc-Coated (Galvanized) Carbon Steel Wire A653/653M-11............Specification for Steel Sheet, Zinc Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by Hot-Dip Process. C11-10..................Terminology Relating to Gypsum and Related Building Materials and Systems C635-07.................Manufacture, Performance, and Testing of Metal Suspension System for Acoustical Tile and Lay-in Panel Ceilings C645-09.................Non-Structural Steel Framing Members C954-10.................Steel Drill Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs from 0.033 in. (0.84 mm) to 0.112 in. (2.84 mm) in Thickness PROTECTIVE COATING Galvanize steel studs, runners (track), rigid (hat section) furring channels, "Z" shaped furring channels, and resilient furring channels, with coating designation of G90 or equivalent. STEEL STUDS AND RUNNERS (TRACK) ASTM C645, modified for thickness specified and sizes as shown. Use C 645 steel, 0.75 mm (0.0296-inch) minimum base-metal (30 mil). Runners same thickness as studs. Exception: Members that can show certified third party testing with gypsum board in accordance with ICC ES AC86 (Approved May 2012) need not meet the minimum thickness limitation or minimum section properties set forth in ASTM C 645. The submission of an evaluation report is acceptable to show conformance to this requirement. Use C 645 steel, 0.48mm (0.019 inch) minimum base-metal (19 mil). Provide not less than two cutouts in web of each stud, approximately 300 mm (12 inches) from each end, and intermediate cutouts on approximately 600 mm (24-inch) centers. Studs 3600 mm (12 feet) or less in length shall be in one piece. FURRING CHANNELS Rigid furring channels (hat shape): ASTM C645. Resilient furring channels: Not less than 0.45 mm (0.0179-inch) thick bare metal. Semi-hat shape, only one flange for anchorage with channel web leg slotted on anchorage side, channel web leg on other side stiffens fastener surface but shall not contact anchorage surface other channel leg is attached to. "Z" Furring Channels: Not less than 0.45 mm (0.0179-inch) -thick base metal, with 32 mm (1-1/4 inch) and 19 mm (3/4-inch) flanges. Web furring depth to suit thickness of insulation. Rolled Steel Channels: ASTM C754, cold rolled; or, ASTM C841, cold rolled. FASTENERS, CLIPS, AND OTHER METAL ACCESSORIES ASTM C754, except as otherwise specified. Fasteners for steel studs thicker than 0.84 mm (0.033-inch) thick. Use ASTM C954 steel drill screws of size and type recommended by the manufacturer of the material being fastened. Clips: ASTM C841 (paragraph 6.11), manufacturer s standard items. Clips used in lieu of tie wire shall have holding power equivalent to that provided by the tie wire for the specific application. Concrete ceiling hanger inserts (anchorage for hanger wire and hanger straps): Steel, zinc-coated (galvanized), manufacturers standard items, designed to support twice the hanger loads imposed and the type of hanger used. Tie Wire and Hanger Wire: ASTM A641, soft temper, Class 1 coating. Gage (diameter) as specified in ASTM C754 or ASTM C841. Attachments for Wall Furring: Manufacturers standard items fabricated from zinc-coated (galvanized) steel sheet. GYPSUM BOARD APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. American Society for Testing and Materials (ASTM): C11-08..................Terminology Relating to Gypsum and Related Building Materials and Systems C475-02.................Joint Compound and Joint Tape for Finishing Gypsum Board C954-07.................Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases to Steel Stud from 0.033 in. (0.84mm) to 0.112 in. (2.84mm) in thickness C1002-07................Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs C1047-05................Accessories for Gypsum Wallboard and Gypsum Veneer Base C1396-06................Gypsum Board E84-08..................Surface Burning Characteristics of Building Materials Underwriters Laboratories Inc. (UL): Latest Edition..........Fire Resistance Directory Inchcape Testing Services (ITS): Latest Editions.........Certification Listings GYPSUM BOARD Gypsum Board: ASTM C1396, Type X, 16 mm (5/8 inch) thick unless shown otherwise. Shall contain a minimum of 20 percent recycled gypsum. Coreboard or Shaft Wall Liner Panels. ASTM C1396, Type X. ASTM C1658: Glass Mat Gypsum Panels, Coreboard for shaft walls 300, 400, 600 mm (12, 16, or 24 inches) wide by required lengths 25 mm (one inch) thick with paper faces treated to resist moisture. Water Resistant Gypsum Backing Board: ASTM C620, Type X, 16 mm (5/8 inch) thick. Gypsum cores shall contain maximum percentage of postindustrial recycled gypsum content available in the area (a minimum of 95 percent postindustrial recycled gypsum content). Paper facings shall contain 100 percent post-consumer recycled paper content. GYPSUM SHEATHING BOARD ASTM C1396, Type X, water-resistant core, 16 mm (5/8 inch) thick. ASTM C1177, Type X. ACCESSORIES ASTM C1047, except form of 0.39 mm (0.015 inch) thick zinc coated steel sheet or rigid PVC plastic. Flanges not less than 22 mm (7/8 inch) wide with punch outs or deformations as required to provide compound bond. FASTENERS ASTM C1002 and ASTM C840, except as otherwise specified. ASTM C954, for steel studs thicker than 0.04 mm (0.33 inch). Select screws of size and type recommended by the manufacturer of the material being fastened. E. Clips: Zinc-coated (galvanized) steel; gypsum board manufacturer's standard items. Product Specifications Ceiling System Provide ceiling materials to meet specifications and requirements as described below. Required products are Armstrong Mesa 686 Angled Tegular ceiling tile with Armstrong Prelude XL 15/16 Exposed Tee System, using 7301 main beams, XL 7342 and XL 7328 cross tees and Armstrong 7800 angle molding. Provide Simpson Strong Tie TWD25112 wedge tie-wire anchors and other miscellaneous items as described below. All materials shall be as specified (NO SUBSTITUTES), to match existing building standard. Include marked-up product cut sheets for each item with proposal. Submit product samples if requested. The ceiling system will be installed by others at VACCHCS Fresno, CA. Commercial ceiling tile to meet the following requirements: Armstrong Mesa 686 Angled Tegular Tile USDA Bio-preferred product Composition Mineral fiber Surface Finish Factory applied vinyl latex Surface Texture - Fine Color White Tile size 24 X 24 X 3/4" Edge profile 15/16 Angled Tegular for interface with 15/16 Exposed Tee Light Reflectance (LR) White Panel - ASTM E1477 Minimum 0.85 Noise Reduction Coefficient (NRC) ASTM C 423 - Minimum 0.60 Ceiling Attenuation Class (CAC) ASTM C 1414 - Minimum 40 Surface burning Class as per ASTM E 1264. Flame Characteristics spread 25 or under, UL labeled Class A Flame Spread ASTM 84 Insulation Value Average R factor at 75 degrees 1.6 BTU Units Commercial main beams to meet the following requirements: Armstrong 7301 main beams Heavy duty classification ASTM C635 Double web construction, web height 1-11/16 Grid Face Dimension 15/16 Surface Finish Baked polyester paint or anodized Material Hot dipped galvanized steel Color White Profile Exposed tee End Detail staked on clip Pull out Cross tees must meet or exceed 330 lbs. in both compression and tension Length 144, routs 6 OC Commercial cross tees to meet the following requirements: Armstrong XL7342 and XL 7328 cross tees Double web construction, web height 1-1/2 (48 length) with routs 12 OC Double web construction, web height 1-3/8 (24 length) Grid Face Dimension 15/16 Surface Finish Baked polyester paint or anodized Material Hot dipped galvanized steel Color White Profile Exposed tee End Detail staked on clip Pull out Cross tees must exceed 300 lbs. in both compression and tension Commercial angle molding to meet or exceed the following requirements: Armstrong 7800 angle molding Material Hot dipped galvanized steel Surface Finish Baked polyester paint or anodized Hemmed with prefinished exposed edges Color White Flange/Height Dimension 7/8 x 7/8 Length 144 Miscellaneous 1/8 aluminum pop rivets white color ¼ x 1 ½ wedge tie wire anchors carbon steel zinc plated for use in concrete 12-gauge steel straight wire- ASTM A641 12 length 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 architectural materials 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 complete 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. Contractors submitting a quote must be in possession of an Authorized Dealer letter and the letter must be provided with your quote submission.   Quotes submitted in response to this solicitation shall be furnished to the Contracting Officer electronically on or before the solicitation closing date. Please do not compress (zip) proposal/quote files. Due to VA email file size restrictions, contractors are asked to logically separate their responses into separate emails if necessary. BASIS OF AWARD Awards will be made to the contractors who are rated Acceptable for the Past Performance factor and have the lowest price that can provide architectural 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. Offerors with no past performance history is considered Neutral and will be graded as Acceptable. 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 Daylight Time on May 31, 2018. 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 30, 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) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0567/listing.html)
 
Place of Performance
Zip Code: 93703-2223
 
Record
SN04929193-F 20180523/180522062916 (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.