The RFP Database
New business relationships start here

REUPHOLSTERY SERVICES FOR CHAIRS


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

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation number 36C25718Q9525 is issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.
TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS
This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.

The NAICS is 811420 and the small business size standard is $7.5 Million. In accordance with VAAR 852.219-11 and VAAR 852.219-10, any SDVOSB and VOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids.

Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government.
Description of Services: The U.S. Department of Veterans Affairs (VA) El Paso VA Health Care System (EPVAHCS) located at 5001 N. Piedras St, El Paso, TX 79930 has a requirement for re-upholstery services for approximately 131 standard chairs and 63 bariatric chairs. The contractor shall also ensure that the re-upholstery and repair services are evaluated by the COR/VAMC POC prior to leaving the facility. The contractor shall also perform all services off-site and shall be responsible for inventory control of these chairs.
See attached Statement of Work (SOW).
Place of Performance: El Paso VA Health Care System (EPVAHCS) located at 5001 N. Piedras St, El Paso, TX 79930
Type of Contract: A Firm Fixed Price One Time Purchase/Buy
Period of Performance: The contractor shall begin services within 15 days after notice of award.

The following clauses and provisions apply to this solicitation:

52.209-5, Certification Regarding Responsibility Matters

52.212-3, Offeror Representations and Certifications-Commercial Items

52.212-4, Contract Terms and Conditions-Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements
52.219-14, Limitations on Subcontracting
52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
52.222-3, Convict Labor
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment by Electronic Funds Transfer-System for Award Management

52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)
852.203-70, Commercial Advertising
852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside
852.219-11, VA Notice of Total Veteran-Owned Small Business Set- Aside
19.502-2, Total Small Business Set- Aside
852.232-72, Electronic Submission of Payment Requests

852.237-70, Contractor Responsibilities

52.252-1, Solicitation Provisions Incorporated by Reference:

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).

52.252-2, Clauses Incorporated by Reference:

This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html
LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and FAR 19.502-2 Total Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items):

The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.

All quotes received without this documentation will not be considered.
All questions must be emailed to Matthew.Clements2@va.gov, no later than Thursday, June 21, 2018 11:00am CST. The subject line must specify 36C25718Q9525. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments.

Quotes must be received no later than Tuesday, June 26, 2018 8:00am CST. Email your quote to Matthew.Clements2@va.gov. The subject line must specify 36C25718Q9525. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.
Quote should be broken down as follows:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Reupholster Services for Standard Chairs
131.00
EA
$
$


0002
Reupholster Services Bariatric Chairs
63.00
EA
$
$




GRAND TOTAL $ _________________
The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently.

DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.

STATEMENT OF WORK

DESCRIPTION OF WORK: The U.S. Department of Veterans Affairs (VA) El Paso VA Health Care System (EPVAHCS) located at 5001 N. Piedras St, El Paso, TX 79930 has a requirement for re-upholstery services of approximately 131 standard chairs and 63 bariatric chairs.
REQUIREMENTS:
The contractor shall ensure that an evaluation is completed for re-upholstery and repair services prior to leaving the facility. Chairs that are to be reupholstered shall be done off-site, and the contractor shall be responsible for inventory control of these chairs.
The contractor shall ensure that the furniture is reupholstered, delivered, and installed concurrently to coordinate the timely delivery and installation of furniture essential for government operational use.
The contractor shall include perform services for pick up, inventory count, disassembly, assembly, delivery, installation and staging of furniture.
The contractor shall ensure that all chairs are evaluated prior to leaving the facility to determine if the chair is repairable. If the chair is not repairable the chair will be tagged as such and remain at the facility. The contractor shall immediately notify the contracting officer representative (COR) of any chair that is evaluated after pick-up and found to have hidden damage that is unrepairable and return the chair to the facility on the next delivery date. The unrepairable chair shall be tagged with a quick explanation of the damage found.
The contractor shall not bill the Government full rate for chairs that cannot be reupholstered. All chair pick up and drop off needs are to be coordinated so that each room is left with at least half the quantity of chairs originally in the room at all times. For example, if a room only has four (4) chairs then the contractor will only remove two (2) chairs, leaving half the original quantity in the room.
PLACE OF PERFORMANCE: The U.S. Department of Veterans Affairs (VA) El Paso VA Health Care System (EPVAHCS) located at 5001 N. Piedras St, El Paso, TX 79930

PATIENT CHAIRS FOR ALL WAITING AREAS:

Location
FLOOR
Standard
Bariatric
Multi Long Bar
Multi short Stnd
Urology/Spec 3
4
B
B
B
3
Executive Conf. Room
4
B
B
B
B
Physical Therapy
4
2
B
B
B
Registration & Elig.
3
25
2
B
B
Voluntary
3
2
B
B
B
Patient Advocate
3
4
B
B
B
Team A
3
6
2
5
12
Team B
3
8
3
B
B
Team C
3
0
0
2
4
Radiology/Lab Waiting Room
3
5
9
1
B
Podiatry-Spec Clinic 1
3
3
3
3
9
Audiology
3
3
1
B
B
Oncology Clinic Spec 6
3
4
B
8
B
Human Resources
2
B
B
B
B
Medical Records
2
B
B
B
B
Prosthetics
2
B
B
B
B
Eye Clinic - Spec 2
2
2
B
18
B
Women's Clinic
2
B
B
1
B
Special Exam
2
B
B
B
B
MRI
2
5
1
1
B
Mental Health
2
4
2
B
B
Veterans Benefits
2
B
B
B
B
Veterans Service
2
8
B
B
B
Disable American Veterans
2
B
B
B
B
Pharmacy Waiting Area
2
22
1
B
B
Community Care Service
1
B
B
B
B






Totals
B
103
24
39
28

TYPE OF CONTRACT: A Firm Fixed Price One Time Purchase/Buy
PERIOD OF PERFORMANCE: The contractor shall begin services within 15 days after notice of award.
HOURS: The pick-up and delivery will occur during EPVAHCS hours of operation is 8:00am and 4:30pm, Monday-Friday except Federal Holidays; unless specifically coordinated otherwise to include weekends.

The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday.

HOLIDAY DATE

New Year s Day Jan 1
Martin Luther King s Birthday 3rd Monday in Jan
President s Day 3rd Monday in Feb
Memorial Day Last Monday in May
Independence Day July 4
Labor Day 1st Monday in Sep
Columbus Day 2nd Monday in Oct
Veterans Day Nov 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25

CONTRACTOR PERSONNEL:
The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this Statement of Work. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements.

GOVERNMENT BADGES:
The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard.
Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract.

CONTRACTOR BADGES: NOT APPLICABLE:
All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.

SAFETY/SECURITY REQUIREMENTS:
The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data.
The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR.
STANDARDS OF CONDUCT:
Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site
any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract.

CONTRACTORS ATTIRE AND APPEARANCE:
Contractor personnel shall present a professional appearance commensurate with standards delineated for government civilian personnel acting in similar capacities.
The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.
TRAVEL: NOT APPLICABLE
PERSONNEL QUALIFICATIONS:
The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual.
SECURITY STATEMENT:B
The COR and the Contractor will assure that
No other information except what is in this contract will be shared with the contractor in any follow up communication.

None of the information in this contract includes Protected Health Information.


RECORDS MANAGEMENT
The following standard Items relate to records generated in executing this contract:
1.B B Citations to pertinent laws, codes and regulations such as 44 U.S.CB ChapterB 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
2.B Contractor shall treat all deliverables under the contract as the property of the U.S.
Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
3.B Contractor shall not create or maintain any records that are not specifically tied to or
authorized by the contract using GovernmentB IT equipment and/or Government records.
4.B Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
5.B Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1.
6.B The Government Agency owns the rights to all data/records produced as part of this contract.
7.B The Government Agency owns the rights to all electronic information (electronic data,
electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract.B Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
8.B Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974.B These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
9.B No disposition of documents will be allowed without the prior written consent of the Contracting Officer.B The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation.B Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701.B Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
10.B Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract.B The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Wage and Determinations:
These services are subject to the Service Contract Act and the following Wage and Determinations are applicable for El Paso, TX
WD 15-5230 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018
State: Texas, Area: Texas Counties of El Paso, Hudspeth

Matthew G. Clements
Matthew.clements2@va.gov

Victoria.Rone@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP