DOCUMENT
78 -- Basketball Backstops Recreational Therapy - Attachment
- Notice Date
- 9/14/2018
- Notice Type
- Attachment
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg. 98;McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- 36C26118Q9661
- Response Due
- 9/21/2018
- Archive Date
- 11/20/2018
- Point of Contact
- Robert Parke
- E-Mail Address
-
udley
- Small Business Set-Aside
- Total Small Business
- Description
- Page 8 of 8 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9661 Posted Date: 09/14/2018 Original Response Date: Friday - 09/21/2018 @ 3:00pm PDT Current Response Date: Friday - 09/21/2018 @ 3:00pm PDT Product or Service Code: 7830 Set Aside: Small Business NAICS Code: 339920 Contracting Office Address Department of Veterans Affairs Network Contracting Office 21 (NCO 21) 5342 Dudley Blvd., Bldg. 98 McClellan, CA 95652-1012 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99A (effective 06/15/2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 339920, with a small business size standard of 750 employees. Network Contracting Office 21 (NCO 21) is seeking to purchase and have installed Basketball Backstops for Recreation Therapy Bldg. 530 in accordance with attached documentation. All interested companies shall provide a quotation for the following: Supplies Price/Cost Schedule MATERIAL LIST Recreation Therapy Basketball Backstops CLIN Description QTY Unit of Issue Price Per Unit Extended 0001 Main Court Backstops which shall include CLIN's 2-12: TF20 - Ceiling Suspended Basketball Backstop Structure, Forward Folding/Front Braced or equal 2 EA $ $ 0002 503280 - Electric Winch, No Key Switch or equal 2 EA $ $ 0003 503091 - Plug Head kit for Backstop Electric Winch or equal 2 EA $ $ 0004 C112.136 - 2-Gang Key Switch or equal 1 EA $ $ 0005 503229 - Auto-Loc Safety Strap or equal 2 EA $ $ 0006 503136 - Glass Backboard, Rectangular 72" x 42" or equal 2 EA $ $ 0007 5032XX - Bolt-On Backboard Edge Padding or equal 2 EA $ $ 0008 503581 - Heavy-Duty Fixed Goal or equal 2 EA $ $ 0009 CALCS - Stamped Engineering Calculations for all Basketball Backstops 1 Set $ $ 0010 Furnish - Stamped engineering calcs for all basketball backstop structures 1 Set $ $ Services CLIN Description Labor Rate Labor Hours Extended 0011 Installation $ SUB TOTAL Materials JB $ SUB TOTAL Services JB $ TOTAL JB $ Salient Characteristics TF-20 Ceiling Suspended Basketball Backstops or Equal General Basketball Backstop - Ceiling suspended, forward-folding, front-braced. Warranty Requirements 25-year limited warranty. Technical Specification and Code Requirements Must adhere to industry standards requiring that the design of the unit shall transfer the load on the goal directly to the backboard support so as to minimize stress to the glass backboard. Environmental Features N/A. Dimensions, Features 72 x 42 Rectangular Glass. Dim C: 11 ¼. Ceiling-Suspended, Forward-Folding Backstop: Shall be a welded together main frame constructed from steel mechanical tubing to for a rigid tetrahedral T design of back-to-back right triangles. Main stem (center strut) shall be 6 OD 11-gauge steel tubing, the top of the T shall be 4 OD 11-gauge steel tubing, and the side braces shall be 21/4 OD 14-gauge steel tubing. Side Braces shall join stem no higher than 4 -6 above goal. Main stem shall be of sufficient length to allow plus or minus 6 height adjustment of either fan or rectangular banks. Folding front brace shall be jackknife type, fully adjustable, self-locking in the down position and constructed of 21/2 OD 13-gauge (outer) steel tubing and 21/4 OD 14-gauge (inner) steel tubing. Backstop shall be supported from 4 OD 11-gauge steel mechanical tubing anchored to roof structure by means of heavy steel support hangers. Superstructure tubes shall be reinforced with bridging and/or bracing when truss centers exceed 8 -0. Pivot or hinge joint (pin height) for folding shall not exceed 15 from roof structure except when required by architect for coordination with other trades. Main backstop frame shall pivot on 1-1/4 minimum solid steel shaft secured in a milled bearing hole in ½ minimum steel plate hangers to insure accurate positioning of bank. Bank shall be attached to the 6 OD main stem by heavy-duty bank hangers. Hangers shall be constructed of 21/4 OD 14-gauge steel tubing and ¼ x 2 flat steel plate with slotted holes for lateral adjustment. All glass banks shall have one upper bank hanger and include a goal brace which attaches directly to the goal mounting plate and directly to the 6 main stem of the backstop to eliminate any strain on the bank and help prevent glass breakage. Backstop shall raise or lower by a ¼ (6.35 mm) aircraft cable, certified minimum break strength of 7,000 pounds (3178kg), operating over aluminum ally sheaves with bronze oilite bearings that do not require lubrication. Backstop shall have a black or white powder coat finish. Backstop shall be operated by motorized winch. Backstop Lowest Position shall be: 14 in. (36 cm). Backstops shall include: Electric winch, no key switch. Plug head kit for backstop electric winch. 2-Gang key switch. Auto-Lock safety strap. Fully Tempered ½ Glass backboard, rectangular 72 x 42. Bolt-on backboard edge padding. Heavy-Duty fixed goal. Stamped engineering calculations for basketball backstops. The Delivery date requested is 100 days ARO which shall include but not be limited to all necessary submittal submissions, VA Facility submittal reviews, material lead time, delivery, installation, clean-up and acceptance. Delivery Date: _____ days ARO Delivery and Installation will be FOB Destination. The contractor shall deliver and install all line item(s) within the Days ARO requested unless otherwise requested by the vendor as filled-out in the Delivery Date space provided above. Delivery and Installation will occur at the following location: VA Palo Alto Healthcare System (VAPAHCS) Recreational Therapy Building (Bldg. 530) 3801 Miranda Ave Palo Alto, CA 94304 Facility Point of Contact: Tommy White Ph: 650-493-5000 x62607 Email: tommy.white@va.gov Place of Performance Address: VA Palo Alto Healthcare System (VAPAHCS) Recreation Therapy - Bldg. 530 3801 Miranda Av. Palo Alto, CA Postal Code: 94304 Country: UNITED STATES Award shall be made in accordance with FAR 52.212-2 Evaluation Commercial Items (OCT 2014): (a) (Tailored) The Government may award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation and is the Lowest Price Technically Acceptable (LPTA). The Government intends to evaluate quotes and award a contract without discussions (except clarifications). Therefore, the quoter s initial quote should contain the quoter s best terms from a price and technical standpoint. Award will be made to the responsive, responsible, lowest priced, technically acceptable quoter that meets or exceeds the acceptability standards for all non-cost factors. The following factors shall be used to evaluate offers: Evaluation Overview: Quotes will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical quote of the lowest priced offeror. Other technical quotes may not be evaluated, unless the Government determines the lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical quote of the next lowest price offeror will be evaluated. This process will continue until a technical quote is determined to be acceptable. Offers will be evaluated utilizing the following Technical evaluation criteria: 2.1 Authorized Distributor: You must either be the manufacturer, and/or an authorized distributor. Quote(s) must include current documentation from the manufacturer on the manufacturer s letterhead dated within 90 days of the date of this solicitation indicating the vendor is an authorized distributor. Note: Authorized distribution letters from other than the manufacturer are unacceptable, i.e. third party letters, and any products quoted shall be determined grey market. 2.2 Meet or Exceed requirement elements in Salient Characteristics: All quotes shall completely address Salient Characteristic element(s), and will be rated either acceptable or unacceptable. This element must be rated acceptable to receive an overall acceptable technical rating. Quotes must ensure each element identified in the Salient Characteristics is satisfied to be considered responsive to this solicitation. Failure to provide a product that satisfies the salient characteristics will result in an unacceptable quote, and deemed ineligible for award. Price - Price will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price is fair and reasonable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018) FAR 52.214-21, Descriptive Literature (APR 2002) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (AUG 2018) If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017)A FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018) The following subparagraphs of FAR 52.212-5 are applicable: Items (b)(14), (b)(22), (b)(25-28), (b)(30), (b)(33), (b)(42), (b)(46), (b)(49) and (b)(55). FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.228-5, Insurance Work on Government Installation (JAN 1997) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.236-8, Other Contracts (APR 1984) FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (APR 1984) FAR 52.236-12, Cleaning Up (APR 1984) FAR 52.246-12, Inspection of Construction (AUG 1996) FAR 52.246-21, Warranty of Construction (MAR 1994) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000per person; $500,000 per occurrence and $200,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) The following VAAR Clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (JAN 2008) VAAR 852.211-73, Brand Name or Equal (JAN 2008) VAAR 852.211-75, Product Specifications (JAN 2008) VAAR 852.219-74, Limitation on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72, Technical Industry Standards (JAN 2008) VAAR 852.246-70, Guarantee (JAN 2008) VAAR 852.246-71, Inspection (JAN 2008) All quoters shall submit the following: One copy of their quotation electronically via email. Ensure the file size of all attachments is less than 5 MB. If multiple emails are required to meet the file size limitation ensure each email indicates 1 of # of emails in subject box. Ex. 1 of 3, 2 of 3, 3 of 3 All quotations shall be sent electronically to the Robert Parke Contract Specialist. This is an open-market combined synopsis/solicitation for products and services as defined herein. The government intends to award a contract 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:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Friday September 21, 2018 @ 3:00pm PDT at Network Contracting Office 21 via email to robert.parke2@va.gov (Robert Parke Contract Specialist) Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY ELECTRONIC OFFERS WILL BE ACCEPTED. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Robert Parke via robert.parke2@va.gov Point of Contact Robert Parke - Ph: 916-923-4922 Email: robert.parke2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9661/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9661 36C26118Q9661.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593548&FileName=36C26118Q9661-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593548&FileName=36C26118Q9661-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9661 36C26118Q9661.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593548&FileName=36C26118Q9661-000.docx)
- Place of Performance
- Address: VA Palo Alto Healthcare System (VAPAHCS);3801 Miranda Ave - Bldg. 530;Palo Alto, CA
- Zip Code: 94304
- Zip Code: 94304
- Record
- SN05089713-W 20180916/180914230752-8ec2d0bf71e871db9ba9f1eaa545f55a (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 |