DOCUMENT
93 -- Bldg 160 Tunnel Handrails - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918Q9646
- Response Due
- 8/24/2018
- Archive Date
- 9/8/2018
- Point of Contact
- Alyson Allman
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is 36C24918Q. This acquisition is unrestricted. The Network Contracting Office 9, Murfreesboro, TN, requires the following: Replacement Handrails for Bldg 160 Tunnel at the James H. Quillen VA Medical Center DESCRIPTION OF REQUIREMENT The vendor will provide materials to replace existing handrails, crashrails, and wall protection in the Building 160 Tunnel, approximately 440 linear feet. Installation is not required, only coordination and delivery of the products. The products specified meet the minimum quality standards for James H. Quillen VA Center and are considered the basis of design: Korogard CS55 crash rail, or equal Korogard HS7S handrail, or equal Korogard Traffic Patterns rigid wall protection, or equal o Pattern/Color: Orleans Counting Glass o Product Number: TP R921-78 o.060 thickness Interior materials and components requested for this project must meet specifications as identified in this scope of work. The products specified meet the minimum quality standards for the James H. Quillen VA Medical Center. CLIN 0001: HS7S 1-1/2 Round Grip Stainless Steel Handrail (#4 Satin) Qty 440 LF CLIN 0002: HW76 1-1/2 Round Grip Stainless Steel Return (#4 Satin) Qty 1 EA CLIN 0003: A202 SS Mounting Bracket (For HW7S/HS7s) (#4 Satin) Qty 165 EA CLIN 0004: CS55 5-1/2 Stainless Steel Crash Rail, V groove face (#4 Satin) Qty 440 LF CLIN 0005: CS5E 5-1/2 Stainless Steel Crash Rail End (#4 Satin) Qty 1 EA CLIN 0006: CS5B Bracket for 5-1/2 Stainless Steel Crash Rail (#4 Satin) Qty 165 EA CLIN 0007: T302.060 Traffic Patterns 48 X96 Sheet (28 Sheets) (Koroseal) Qty 896 SF CLIN 0008: JC12 Aluminum J Molding (12 piece) Qty 1 EA CLIN 0009: IC12 Aluminum Inside Corner Molding (12 piece) Qty 1 EA CLIN 0010: DB12 Aluminum Divider Bar for.028 -.060 (12 piece) Qty 1 EA CLIN 0011: OC12 Aluminum Outside Corner Molding (12 piece) Qty 1 EA Sales Support The Vendor shall provide sales support which shall include: Single Point of Contact: Dealer will designate a specific customer service representative, further referred to as CSR, to manage the customer service role locally. Manufacturers Representatives: Vendor will identify each manufacturer s representative to answer any questions regarding product and service requests. Procurement Requirements The vendor shall provide project management services for the coordination of manufacturing, delivery and receiving of requested products under this contract. The CSR will coordinate delivery schedules as directed by James H. Quillen VA Medical Center s Supervisory Interior Designer and adhere to the following requirements. Product data sheets will include line drawings of each item type and include special installation instructions, data requirements, electrical requirements, and structural support requirements outside of the vendor s scope of services. Vendor shall provide memo samples of final finish selections to the Interior Designer prior to order placement with manufacturer. Vendor shall provide installation instructions and drawings to the Interior Designer prior to product delivery. Site Visits The Vendor shall coordinate the following site visits with the James H. Quillen VA Medical Center s Interior Designer and the vendor s appointed CSR. A post-award walkthrough prior to order delivery to verify storage location and item placement. A post-delivery inventory analysis to document stock and quantities. The vendor is to provide a detailed spreadsheet to the Interior Designer that outlines all stock items, descriptions and quantities. Deliveries The contractor will be responsible for coordinating delivery of items between all involved parties, including the Interior Designer, and the manufacturer. Product must ship directly to the James H. Quillen VA Medical Center. Vendor is prohibited from receiving or storing product on behalf of VA. Shipping and delivery charges must be calculated based on the geographical location in which the product will be delivered and installed. Vendor will be responsible for any additional freight charges incurred due to miscalculations. Delivery dates and times will be identified by the Interior Designer and Contracting Officer and coordinated with the contractor and accommodated by manufacturer. Manufacturer to fabricate and ship in accordance to the established schedule. Early and/or unscheduled deliveries will not be accepted. Rescheduling of shipments will be at manufacturer s and/or vendor s expense. Final Inspection & Acceptance The CSR will be required to do a post-delivery inspection upon product receipt. The CSR will photograph and document all damaged, deficient, defective or mis-ordered/shipped products and submit them to the manufacturer for repair or replacement. After inspection, the CSR is to submit to the Interior Designers and Contracting Officer a remediation plan to correct deficiencies within two (2) working days Contractor will correct deficiencies that require fabrication of replacement parts/pieces within thirty (30) calendar days for non-readily available or stock items. CSR shall prepare and provide inventory spreadsheet to the Interior Designer outlining stock quantities at the time of inventory analysis. When requirements have been satisfactorily met, a receiver will be completed and the vendor s payment will be authorized. The specifications set forth under this section establish the minimum technical requirements. Stainless Crash Rails The Korogard ® CS55 stainless steel Crash Rails are 5-1/2" (139.7mm) high with stainless steel mounting brackets. Includes a v-groove face (CS55). The Crash Rails offer a unique and modern solution for applications requiring medium- to high-impact resistance. The Korogard CS55 Crash Rails are backed by a limited five-year warranty. All Crash Rails meet national building code standards. Stainless Handrails The HS7S stainless steel is 1-1/2" (38.1mm) diameter round-grip rails with stainless steel brackets and end caps. The HS7S can be specified with a standard round or optional square mounting bracket. The stainless steel HS7S is ideal for installations requiring medium to high protection. All designs meet national building code standards. Wall Protection-Traffic Patterns Traffic Patterns ® DecorativeWall Protection provides durable wall protection with aesthetic appeal, Traffic Patterns offers the attractiveness and variety of Koroseal ®, Vicrtex ®, and Koroseal ® Studios wallcoverings. Traffic Patterns is manufactured from woven (osnaburg), fabric-backed and non-woven 21 oz. wall protection; custom weights up to 28 oz. are available. This unparalleled product can be specified in your choice Koroseal, Vicrtex, and Koroseal Studios wallcovering laminated over an impact-resistant base and capped with protective film. Traffic Patterns is designed for use in light- to medium-abuse areas subject to soiling, marring, and scuffing. The finished thickness for Traffic Patterns is.030" (0.76mm); custom thickness up to.060" (1.55mm) are available. Traffic Patterns Decorative Wall Protection is chemical- and stain-resistant to prevent discoloration and surface damage from strong cleansing agents. All Traffic Patterns Decorative Wall Protection are fire rated for Surface Burning Characteristics and meet national building code standards. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 August 2008. The North American Industry Classification System code (NAICS) is 332999. The Product Service Code (PSC) is 9390. A firm fixed price contract will be awarded. All interested parties must bid on all items. All quotes shall include a statement regarding the terms and conditions contained herein as follows: The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion or addition. OR The terms and conditions in the RFQ 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). BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. Any or equal products will be sent to the customer for verification of technical acceptability. DELIVERY ADDRESS: The items are to be procured on behalf of James H. Quillen VA Medical Center, Corner of Lamont and Dogwood, Mountain Home, TN 37684. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/): FAR 52.204-7, System for Award Management, FAR 52.204-13 System for Award Management Maintenance, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal or have the online reps and certs filled out via www.sam.gov for the proposal to be considered); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-3 Gratuities, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management; FAR 52.252-2, Clauses Incorporated by Reference. The following VAAR clauses apply and are incorporated by reference: VAAR 852.203-70 Commercial Advertising, VAAR 852.211-73 Brand Name or Equal, VAAR 852.232-72 Electronic Submission of Payment Requests; VAAR 852.246-71 Inspection Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 24 August 2018 by 3:00 PM CT. Submit offers or any questions to the attention of, Alyson Allman by email at Alyson.allman@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9646/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918Q9646 36C24918Q9646.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556265&FileName=36C24918Q9646-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556265&FileName=36C24918Q9646-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918Q9646 36C24918Q9646.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556265&FileName=36C24918Q9646-000.docx)
- Place of Performance
- Address: Mt. Home VAMC;Corner of Lamont and Dogwood;Mountain Home, TN
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN05049993-W 20180824/180822230946-be56a4e004b3a37d07f199e4322c7304 (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 |