SOLICITATION NOTICE
65 -- Garage Door, coiling overhead type insulated Steel Door
- Notice Date
- 6/7/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 321911
— Wood Window and Door Manufacturing
- Contracting Office
- Department of Veterans Affairs;VAMC(512);10 N Greene Street;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- 36C24519Q0384
- Response Due
- 6/14/2019
- Archive Date
- 8/13/2019
- Point of Contact
- chantey.bost@va.gov
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 and is being conducted under FAR Subpart 13; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) The solicitation number is 36C24519Q0384 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2019-01, fiscal year 2019. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) The North American Industry Classification System (NAICS) code is 321911, and the size standard is 1,000 Employees. (v) This requirement consists of one (1) line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES MANUFACTURER QUANTITY UNIT 0001 Coiling Overhead Type Insulated Steel Door Wayne Dalton 800C 3 EA (vi) This requirement is brand-name or equal. To be acceptable, the proposal shall meet all requirements listed below in the Statement of Work. STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to have three garage doors replaced on Bldg. 34 (Machine Shop). A.2 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools and supervision necessary to meet the Statement of Work below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Remove current doors and all equipment associated with current doors Dispose of current doors and equipment removed Install three coiling overhead type insulated steel doors, R=7.7, 22ga steel ext. & interior, 20psf wind load with gray baked enamel finish. Face of wall mounted Perimeter weather seal, NO windows included NO locking included Electric motor operated with photo eye safety reverse One door motor operated, two doors manual chain hoist Door color for all three doors will be white Vendor will clean up area once complete STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2 Period of Performance The Contractor shall perform all work throughout all hours of the day and night (24/7) until work is complete Work is to begin as soon as possible. The start date must be approved and coordinated with the VAMC Maintenance & Operations Supervisor who can be reached via the following contact information. C.3 Special Considerations N/A C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish, provide, install, or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services - Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications - At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. C.3.5 Security Requirements - Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.7 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.10 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.11 Smoking Policy - The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.12 Parking/Traffic Regulations - The Contractor shall not park on grassy areas. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. (vii) All material shall be delivery by vendor when work is to be started at VA Medical Center Huntington, 1540 Spring Valley Drive, Huntington, WV 25704, Machine Shop Department. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There is no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Website through http://www.sam.gov/portal. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph b of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-13, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 52.233-3, 52.233-4. (xiii) Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Questions shall be submitted in writing to Chantey Bost at chantey.bost2@va.gov and James Adkins at james.adkins4@va.gov NLT Tuesday, June 11, 2019. PROPOSALS ARE DUE Friday, June 14, 2019, by 4:00 p.m. eastern standard time (est) to the email addresses identified above. (xvi) Point of contact for this solicitation is Chantey Bost e-mail chantey.bost2@va.gov. All Inquires must be in writing. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUN-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/VAMHCS512/VAMHCS512/36C24519Q0384/listing.html)
- Place of Performance
- Address: VA Medical Center Huntington;1540 Spring Valley Drive;Huntington, WV
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN05335005-F 20190609/190607230034 (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 |