The RFP Database
New business relationships start here

PACT Mountable walls for Community Based Outpatient Clinics Brand name or qual to


Arizona, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template
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:
36C25819Q0400
Posted Date:
9/13/2019
Current Response Date:
9/20/2019 12:30 PST
Questions Due by 9/18/2019
Product or Service Code:
7110 Office Furniture
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
337211 Wood Office Furniture Manufacturing
Contracting Office Address
Department of Veteran Affairs
NCO 22-Gilbert
4135 S Power Road #103
Mesa, AZ 85295
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 for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-4_2 effective 09/06/2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 Wood Office Furniture Manufacturing with a small business size standard of 1000 employees.

The Department of Veteran Affairs Southern Arizona VA Health Care System has a need for a Brand Name or Equal requirement. All interested companies shall provide quotes for the following: Brand name Trend Way Mountable Walls with delivery and installation. The Combine Synopsis has a list of salient characteristics that must be met.

All interested companies shall provide Quotes of the following:

Supplies

Line Item
Description
Quantity
1
BRAND NAME OR EQUAL TRENDWAY MOUNTABLE WALLS- NW PACT VA LOCATION
(Delivery and installation)
1
1
BRAND NAME OR EQUAL TRENDWAY MOUNTABLE WALLS -PRODUCT AND FOR THE SIERRA VISTA VA LOCATION
(Delivery and installation)
1


Salient Characteristics
All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing.
THERE WILL ONLY BE ONE AWARD FOR BOTH CLINICS
Salient Characteristics for Mountable Walls are as follows:
Must be highly sustainable solution for space division
Unitized Panel construction for fast installation
Panel Height: 8 to 120 in B= increments
Panel Width: 6 to 48 in 1/8 increments (Glazing Tile up to 60 )
Door Height: 7 , 8 and 9
Flush Wood, Full Lite Wood, Aluminum Framed Door options in Swing or Sliding styles
Frameless Glass Sliding Door option
Panels can be monolithic or have up to 7 segments
Tackable, Laminate, Veneer, Glazed, Glass Marker Board and Back Painted Glass Panel options
Large selection of architecturally-inspired Doors and Pulls
Integrates with existing building interiors and systems furniture
Cable Management capabilities

Design Contract Tasks/Requirements
a. The contractor shall attend a minimum of three (3) in-person meetings at the Southern Arizona VAHCS, 3601 S. 6th Ave., Tucson, AZ 85723 to review final award with VA Interior Designer and End Users and to make necessary revisions.
b. During first meeting the contractor shall provide the Interior Designer with the Auto-Cad drawings to [1/4 1/8 ] scale drawings showing layouts of awarded product.
c. The contractor shall allow for three (3) revisions per line item included in design services including updating Auto-Cad Drawings and PDFs as request by VA Interior Designer.
d. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order.
e. The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer.
f. The product must not be placed into production without clearance from the VA COR.
g. The contractor shall provide final, clean [1/4 1/8 ] scaled drawings of product layout for sign-off prior to scheduling manufacturing.
h. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email.
i. The contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA Interior Designer a remediation plan within 5 business days.
j. The contractor shall provide 30 days free storage.


Delivery and Installation locations
Address:
Department of Veteran Affairs
Sierra Vista CBOC
101 North Coronado Drive Suite A
Sierra Vista, AZ
Postal Code:
85635-6359
Country:


Address:




Postal Code
UNITED STATES


Department of Veteran Affairs
Northwest CBOC
2945 W. Ina Road Tucson, AZ

85741
Award shall be made to the quoter, whose quotation, offers the best price and fits all the required salient characteristics.

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 [October 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [October 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 [October 2018]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [May 2019]

The following subparagraphs of FAR 52.212-5 are applicable:

Please see attachment A for all clauses and provisions
Please see attachment B for all drawings
Please see attachment C for all FMS paperwork
Please attachment D for all Davis Bacon Act information in Cochise County

Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation.

This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov


Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX. must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award PLEASE SEE ATTACHMENT C FOR THIS PAPERWORK

.

All quoters shall submit the following: A quote and brochures

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order from 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 9/20/2019 at 12:30 PM PST to Nick Price at Nicholas.Price@va.gov subject RFQ 36C25819Q0400

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Nick Price; at Nicholas.Price@va.gov
Point of Contact
Nick Price
4135 S Power road #102
Mesa, AZ 85212
Nicholas.Price@va.gov

Nick Price
Nicholas.Price@va.gov
480-466-7921

Nicholas.Price@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP