The RFP Database
New business relationships start here

Polytrauma Rehab. Door Actuator Opener VA261-17-AP-9377


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

The VA PALO ALTO HEALTHCARE SYSTEM (VAPAHS) is soliciting offers under Solicitation/Request for Quote (RFQ) Number VA261-17-Q-1241 to Furnish and Install Besam Assa Abloy Automatic Door Openers & Actuators, in accordance with the scope of work, contract drawings, and per applicable standards and requirements.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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.
Solicitation VA261-17-Q-1241 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION.
The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. 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.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation.
This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 332510 - Hardware Manufacturing has a small business size standard of 1000.

Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSBs firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award.

This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.

Line Items:
LINE ITEM
DESCRIPTION
UOM
Q
PRICE
EXT
0001
BUILDING 500
New Automatic Door Opener/Actuators
EA
29
B
B
0002
BUILDING 500
Install Actuators/Openers
JB
1
B
B
B
B
GRAND TOTAL
B

B
B

Contractor shall furnish all labor, materials, equipment, and supplies necessary to perform the services entailed within the solicitation. COMPLETION TIME: (90) calendar days After Receipt of Order. Units and services shall be in accordance with the Statement of Work (SOW), Technical Specifications, and terms and conditions contained in the solicitation. Please see the attached SOW for a complete breakdown of all required deliverables for this requirement.

BRAND NAME OR EQUAL REQUIRED
*Manufacturer and/or model number not intended to limit competition, but to accurately and fully describe requirement
New Equipment ONLY; NO remanufactured or "gray market" items.
All items must be covered by the manufacturer's warranty.
Delivery: 90 Days ARO
Shipping: FOB Destination

52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda:
CLAUSES:
52.204-7 System for Award Management (JUL 2016)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.214-21 Descriptive Literature (APR 2002)
852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71 Alternate Protest Procedure (JAN 1998)
VAAR 852.236-76 Correspondence
VAAR 852.237-70 Contractor Responsibilities
VAAR 852.270-1 Representatives of Contracting Officers
52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR)

PROVISIONS:
52.211-6 Brand Name or Equal (AUG 1999)

52.233-2 -- Service of Protest. (Sep 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from DENISE R. GROVES, Contracting Officer.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)

852.233-70 Protest content/alternative dispute resolution. (JAN 2008)
(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester s representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.
(End of Provision)

852.233-71 Alternate protest procedure. (JAN 1998)
As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
(End of Provision)

852.270-1 Representatives of contracting officers. (JAN 2008)
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor.
(End of Provision)
52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. At minimum, the offered item must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected.
52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE. A copy of the provision may be attained from https:// www.sam.gov. If not provided, the offer may not be considered for award.
52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission.
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 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6; 52.204-10; 52.209-6; 52.219-8, 52.219-27, 52.219.28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-5, 52.223-18, 52.232-33
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013

852.203-70 Commercial advertising. (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause)

852.203-71 Display of Department of Veterans Affairs hotline poster. (DEC 1992)
(a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General.
(b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647.
(c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (End of Clause)

852.211-73 Brand name or equal. (JAN 2008)
(Note: As used in this clause, the term brand name includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)
(1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
(End of Clause)

852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (DEC 2009)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

852.232-72 Electronic submission of payment requests. (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)
852.246-71 Inspection. (JAN 2008)
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account.
(End of Clause


Standard Commercial Warrantees apply to this soliciation
No DPAS Rating
BID/QUOTES DUE: SEPTEMBER 27, 2017 AT 3:00 P.M. (PST). Only electronic offers will be accepted. All offers must include the solicitation number VA261-17-Q-1241 in the subject line of the email. Quotes/offers received after this date and time may not be considered for award.
PRE-BID SITE VISIT: Potential offerors are highly encouraged to inspect and investigate the performance site by observation. Offerors are also urged to submit Requests for Information (RFI) and responses to the Contracting Office to satisfy their understanding of the work to be completed. In no event shall failure to inspect the site constitute grounds for a claim after award.
Please note: There will be NO organized site visits. Nevertheless, access to the facilities shall be coordinated with the Contracting Officer s Representative (COR) prior to self-guided inspections. There will be no VA Personnel available at the time of your self-guided visit to show you around or answer any of your questions. You must call the COR to make sure he/she knows you are visiting the premises.

CONTRACTING OFFICER S REPRESENTATIVE (COR):
Name: Anne Chan
Agency: VA Palo Alto Health Care System
Address 3801 Miranda Avenue, Palo Alto, CA 94304
Phone: 650-493-5000 x69631
E-Mail: anne.chan2@va.gov
NOTE: Please do not contact the COR before or after your site visit to ask any Solicitation or Contract related questions. The COR contact information is provided for the sole purpose of site visit coordination. Please submit an RFI if you have any questions. Direct all questions to the Contracting Officer/Contract Specialist. THE DEADLINE FOR SUBMITTING RFI s is September 25, 2017 at 2:00PM (PST).


CONTRACT SPECIALIST (CS):
James Proctor
Phone: (559) 225-6100 X4273
Email: James.proctor3@va.gov

JAMES.PROCTOR3@VA.GOV
559.225.6100
COR
ANNE CHAN
ANNE.CHAN2@VA.GOV

james.proctor3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP