Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2019 FBO #6351
SOLICITATION NOTICE

71 -- VHA Conference Furniture

Notice Date
4/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C77619Q0097
 
Response Due
4/17/2019
 
Archive Date
7/25/2019
 
Point of Contact
Kymberly.Morgan@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C77619Q0097 Posted Date: 04/12/2019 Original Response Date: 04/17/2019 Current Response Date: 04/17/2019 Product or Service Code: 7110 Set Aside (SDVOSB/VOSB): SDVOSB Set Aside NAICS Code: 337214 Contracting Office Address Program Contracting Activity Central 6150 Oaktree Blvd, Suite 300 Independence OH 44131 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; quotes are being requested, and a written solicitation document will not be issued. This combined synopsis/solicitation is set-aside exclusively for SDVOSB concerns. This solicitation is a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 effective January 22, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1000 Employees. The Department of Veterans Affairs (VA) Workforce Management and Consulting Office (WMC) is seeking to purchase fifty (50) Nesting Chairs which will be used for conference attendees. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Nesting Chairs 50 0002 Delivery and Instillation 1 Total Base Year Vendors that can provide a brand name or equal package are encouraged to submit a quote. If a vendor is providing a quote with brand name equal products, the vendor shall submit supporting documentation with product literature or a similar spreadsheet that contains the supply part no, description, price, instrumentation name, model no, and any information that describes the quoted services/products that demonstrate how the equal product meets the salient characteristics listed within the solicitation. Vendors who are providing a quote with equal products and fail to provide sufficient supporting documentation will be determined to be technically unacceptable and thus, ineligible for award. Supplies Please see attached Statement of Work (SOW) The period of performance is 04/29/2019 10/28/2019 Delivery shall be provided coordinated with Program Manager as specified in the SOW. Place of Performance The Contractor shall deliver and install the supplies at the following office locations: 1717 H Street NW, 4th Floor, Washington, D.C. 20006 BASIS FOR AWARD Award will be made to the lowest priced, technically acceptable (LPTA) quote. To receive consideration for award, a rating of Acceptable must be achieved for the Technical Factor. To receive an award the offeror must be registered/active with no exclusions in System for Award Management (SAM) database which can be accessed at https://www.sam.gov/portal/public/SAM. Additionally, Service Disabled Veteran Owned Small Businesses must be registered, and CVE verified in the VetBiz registry at www.vetbiz.gov. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable quote. To receive consideration for award, a rating of Acceptable must be achieved for the Technical Factor. B. FACTORS TO BE EVALUATED 1. Technical 2. Price C. EVALUATION APPROACH. All quotes shall be subject to evaluation by a team of government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner.   Specifically, the Government may first evaluate the total proposed price of all Offerors.   Thereafter, the Government will evaluate the technical quote of the lowest priced Offeror only.   If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further evaluation of the remaining Offerors technical quotes.   If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be  rated as Acceptable.   However, the Government reserves the right to evaluate all Offerors technical quotes should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. The proposal will be evaluated strictly in accordance with its written content.   Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient.   Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates the proposed product will accomplish the solicitation requirements. PRICE EVALUATION APPROACH. The Government will evaluate offers by adding the total of all line item prices from the price schedule in the Supplies Section above. The Total Evaluated Price will be that sum. E. QUOTE SUBMISSION QUOTING CONTRACTORS PREPARATION COSTS: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The RFQ does not commit the Government to pay any costs for the preparation and submission of an offer in response to this RFQ. Communications regarding this RFQ: The due date for communications and questions concerning the RFQ is Monday April 15, 2019 at 1:00 PM EST. Any communications or questions shall be submitted electronically to Kymberly Morgan, kmberly.morgan@va.gov. As soon as an Offeror is aware of any problems or ambiguities in interpreting the specifications, terms or conditions, instructions or evaluation criteria of this solicitation, the Contracting Specialist shall be immediately notified. When submitting questions and comments, please refer to the specific text of the RFQ in the following format: Subject: RFQ No. 36C77619Q0097 Pertinent questions will be answered in the form of an amendment and provided to all Offerors. It is the responsibility of the Offeror to locate the amendment. DUE DATE AND SUBMISSION INSTRUCTIONS FOR RFQ: Contractors must complete and return all information prior to the time specified to be considered for award. Quotes, including amendments, received at the issuing office after the closing date and time specified on the cover page of this solicitation will be considered late submissions and handled accordingly. An Offeror s quote shall be submitted electronically via email to kymberly.morgan@va.gov by the date and time indicated in the solicitation in the file set forth below. The use of hyperlinks in quotes is prohibited. QUOTE FILE. Offeror s responses shall be submitted in accordance with the following instructions: Format. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count for the Offeror s quote shall be 20 pages*. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. *Use when using page limitations: A Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. The quote shall be broken down in the following sections: (i) TECHNICAL FACTOR. Offerors shall, at a minimum, provide a complete description of the product being proposed to include product dimensions, specifications, and a picture of the product. (ii) PRICE FACTOR. The price quote shall consist of completing the price schedule in the Supplies Section above. The total price must match the amount provided in the Total Evaluated Price table. 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 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are included as addenda to FAR 52.212-4: FAR 52.232-40 Providing Accelerated Payments to Small Businesses to Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Systems for Award Management (JUL 2013) FAR 52.222-41 Service Contract Labor Standards (MAY 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Electronics Technician, Maintenance II, WG-9, $23.13/HR FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) This is an open-market combined synopsis/solicitation 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:" Quotes shall list exception(s) and rationale for the exception(s). Note: any proposed deviations from the standard terms and conditions herein may render a quote unacceptable as the Government intends to award without discussions. Submission shall be received not later than April 17, 2019 11:00 AM EST via email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Points of Contact Submit offers or any questions to the attention of Kymberly Morgan via email to: Kymberly.Morgan@va.gov. Offerors who fail to complete and submit the requirements above may be considered non-responsive and as a result, ineligible for award. All Offerors must be registered in the SAM database prior to award of a contract, this can be found at www.SAM.gov. Additionally, Service Disabled Veteran Owned Small Businesses must be registered, and CVE verified in the VetBiz registry at www.vetbiz.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2019); 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/ISC/OISC/36C77619Q0097/listing.html)
 
Place of Performance
Address: 1717 H Street NW, 4th Floor;Washington, D.C.
Zip Code: 20006
Country: USA
 
Record
SN05280409-F 20190414/190412230039 (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.