The RFP Database
New business relationships start here

VA Palo Alto Canteen Plaza Outdoor Furniture


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

Page 1 of 20
Page 5 of 24
Page 1 of 20
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q1122
Posted Date:
19 Aug 19
Current Response Date:
Friday 30 Aug 19 @ 2:00PM PT
Product or Service Code:
6515
Set Aside (SDVOSB/VOSB):
SDVOSB- Service Disable Veteran Owned Small Business
PSC:
NAICS Code:
7195
337124
Contracting Office Address
Department of Veterans Affairs
Network Contracting Office 21 (NCO 21)
150 Muir Road, CCA/90
Martinez, CA 94553-4668
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 request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-04.

The associated North American Industrial Classification System (NAICS) code for this procurement is 337124, with a small business size standard of 750 Employees.

Network Contracting Office 21 (NCO 21) is seeking to purchase outdoor dining table ensembles and umbrellas.

All interested companies shall provide quotation for the following:



LIST OF ITEMS

Item
Qty
U/P
Description
Unit Price
Extended Price



PAD Canteen Plaza Outdoor Furniture
Products:
Forms and Surfaces Table Ensembles and Umbrellas or Equal. See Salient Features, which follow.


1
8
EA
Table ensemble with 4 seats
Forms and Surfaces Tangent Table Ensemble with 4-seat configurations
Forms and Surfaces Tangent Table Ensemble SETAN-4BA, 4BW, 4BS. Surface mount, with aluminum frame, 100% Ipe hardwood slates, surface mount, umbrella hole and sleeve. (OR EQUAL)
Loc: PAD Canteen Plaza


2
21
EA
Table ensemble with 6 seats
Forms and Surfaces Tangent Table Ensemble with 6-seat configurations
Forms and Surfaces Tangent Table Ensemble SETAN-6BA, 6BW, 6BS. Surface mount, with aluminum frame, 100% Ipe hardwood slates and surface mount, umbrella hole and sleeve. (OR EQUAL)
Loc: PAD Canteen Plaza


3
24
EA
Umbrellas
Forms and Surfaces Soleris Sunshade Umbrella, SUSOL-APT, Surface mount, with aluminum powdercoated frame and slat perforated detail. (OR EQUAL)
Loc: PAD Canteen Plaza


5
1
JB
Installation
Install outdoor furniture according to the plan layout. See addendum 1.





FOB Destination: All delivery charges shall be included in unit price of items.




Page 15 of 15

GRAND TOTAL: $ ________________


SALIENT CHARACTERISTICS


Forms and Surfaces Tangent Table Ensemble SETAN-4BA, 4BW, 4BS or Equal

1. General
A classic, durable and functional outdoor dining set designed for year-round use. 4 backed seat hexagonal shaped table and seating ensemble to be placed VA Palo Alto Canteen Plaza.
2. Warranty Requirements
Manufacture shall offer a minimum of one-year warranty against defects of materials and workmanship under normal use and service.
3. Technical Specification and Code Requirements
Seating must be ADA compliance
Ability to support range of material and configuration options to meet diverse applications and needs.
FRAME CONSTRUCTION

TANGENT HEXAGONAL TABLE / FOUR SEATING WITH BACK CONFIGURATIONS
Four-seat configuration shall be ADA compliant and permits unhindered wheelchair access to table
Frame shall be constructed with aluminum and powder-coat finish.
Frame uses a unique hexagonal engineered extrusion.
Table tops with a center hole to receive a 1.5" (38 mm) - 1.75" (44.5 mm) diameter umbrella pole.
A nylon collar and cap shall be included.
All connection points shall be welded and mechanically fastened for maximum durability
Ensembles shall be surface mounted and stainless-steel mounting screws shall be included.
Seat shall be available with or without back and minimum of 3 material options.
FSC 100% hardwood slats offer superior resistance to moisture, insects, fire, vandalism, and decay;
A natural oil finish to enhances the wood's rich color. (FSC License Code: FSC-C004453)
Stainless steel seat panels and table top shall be available in minimum of three finishes (sandstone,
Diamond, and satin) or can be powder-coated.
xii. Stainless steel seat pans shall have three standard perforation pattern options.
4. Environmental Features
Must meet requirements of International Building Code, 2015 edition, and ASCE 7 - 10.
Mounting system shall be tested to adequately withstand the lateral force produced by an ultimate wind speed of 101.5 MPH or more Structural calculation documents shall be available upon request.
Material shall be used to improve outdoor thermal comfort.
The corrosion-resistant aluminum and stainless steel shall have high recycled content and are fully recyclable.
Dimensions:
Tangent four-seat ensembles with backed seats:
Overall: 57.2" diameter, 32.9" height, 30.2" table height
Seats: 18.0" wide x 20.2" deep x 18.1" high
TD-1 Tangent four-seat backed ensemble

Surface Materials Tangent Seating:
Frames: Standard Texture from Forms+Surfaces Powder-coat Chart.
Table Tops: Polyester powder-coat, Standard Texture from Forms+Surfaces Powder-coat Chart.
Seat Type: Backed
Seats:
FSC 100% hardwood slats: natural oiled finish (Color TBD)
Cast aluminum and extruded aluminum: polyester powder-coat, Standard Texture from Forms+Surfaces Powder-coat Chart (Color TBD)

7. Miscellaneous
Product shall ship partially assembled to reduce installation time
Manufacturer must have been in business for a minimum of 10 years.
Option of preassembly at factory with images sent prior to shipment.


Forms and Surfaces Tangent Table Ensemble SETAN-6BA, 6BW, 6BS or Equal

1. General
A classic, durable and functional outdoor dining set designed for year-round use. 6 backed seat hexagonal shaped table and seating ensemble to be placed VA Palo Alto Canteen Plaza.
2. Warranty Requirements
Manufacture shall offer a minimum of one-year warranty against defects of materials and workmanship under normal use and service.
3. Technical Specification and Code Requirements
Seating must be ADA compliance
Ability to support range of material and configuration options to meet diverse applications and needs.
FRAME CONSTRUCTION

TANGENT HEXAGONAL TABLE / FOUR SEATING WITH BACK CONFIGURATIONS
Four-seat configuration shall be ADA compliant and permits unhindered wheelchair access to table
Frame shall be constructed with aluminum and powder-coat finish.
Frame uses a unique hexagonal engineered extrusion.
Table tops with a center hole to receive a 1.5" (38 mm) - 1.75" (44.5 mm) diameter umbrella pole.
A nylon collar and cap shall be included.
All connection points shall be welded and mechanically fastened for maximum durability
Ensembles shall be surface mounted and stainless-steel mounting screws shall be included.
Seat shall be available with or without back and minimum of 3 material options.
FSC 100% hardwood slats offer superior resistance to moisture, insects, fire, vandalism, and decay;
A natural oil finish to enhances the wood's rich color. (FSC License Code: FSC-C004453)
Stainless steel seat panels and table top shall be available in minimum of three finishes (sandstone,
Diamond, and satin) or can be powder-coated.
xii. Stainless steel seat pans shall have three standard perforation pattern options.
4. Environmental Features
Must meet requirements of International Building Code, 2015 edition, and ASCE 7 - 10.
Mounting system shall be tested to adequately withstand the lateral force produced by an ultimate wind speed of 101.5 MPH or more Structural calculation documents shall be available upon request.
Material shall be used to improve outdoor thermal comfort.
The corrosion-resistant aluminum and stainless steel shall have high recycled content and are fully recyclable.
Dimensions:
Tangent six-seat ensembles with backed seats:
Overall: 85.3"W x 81.5 D, 32.9" height, 29.3" table height
Seats: 18" wide x 20.2" deep x 18.1" high
TD-2 Tangent six-seat backed ensemble

Surface Materials Tangent Seating:
Frames: Standard Texture from Forms+Surfaces Powder-coat Chart.
Table Tops: Polyester powder-coat, Standard Texture from Forms+Surfaces Powder-coat Chart.
Seat Type: Backed
Seats:
FSC 100% hardwood slats: natural oiled finish (Color TBD)
Cast aluminum and extruded aluminum: polyester powder-coat, Standard Texture from Forms+Surfaces Powder-coat Chart (Color TBD)
7. Miscellaneous
Product shall ship partially assembled to reduce installation time
Manufacturer must have been in business for a minimum of 10 years.
Option of preassembly at factory with images sent prior to shipment.


Forms and Surfaces Soleris Sunshade SUSOL-APT, Surface mount, or Equal

1. General
A versatile umbrella that features open-air construction, a fixed stainless-steel pole, and shade panels in powder-coated aluminum with a variety of optional perforation patterns to be placed VA Palo Alto Canteen Plaza.
2. Warranty Requirements
Manufacture shall offer a minimum of one-year warranty against defects of materials and workmanship under normal use and service.
3. Technical Specification and Code Requirements
Height must be ADA compliance
Ability to support range of material and configuration options to meet diverse applications and needs.
FRAME CONSTRUCTION

SOLERIS SUNSHADE UMBRELLA
Frame consists of corrosion-resistant aluminum with a durable powder-coat finish.
All frame connection shall be points are welded and mechanically fastened for maximum durability.
Shade panels shall be made from 0.06" (1.5mm) aluminum.
Umbrella shall include 1.75" (44.5mm) diameter stainless steel mounting pole.
Poll and panels shall be fixed; raising or lowering is not required.
Mounting assembly shall include a stainless-steel base plate with 2.0" (50.8mm) diameter stainless steel sleeve to accept mounting pole.
Shade panels shall be available with or without perforations.
Standard perforation patterns are Cloud, Fade, Slat, and Stitch.
Shade panels used with Table Ensemble or square tabletop shall have a straight edge.
Aluminum panels shall have option of a powder-coat finish that can be specified independently of frame color.
Both the table and the umbrella shall be surface mounted.
Product shall include stainless steel anchors and stainless-steel mounting screws.
xiii. Product shall require minimal maintenance, and shall be easy to disassemble

Environmental Features
Must meet requirements of International Building Code, 2015 edition, and ASCE 7 - 10.
Mounting system shall be tested to adequately withstand the lateral force produced by an ultimate wind speed of 101.5 MPH or more Structural calculation documents shall be available upon request.
Material shall be used to improve outdoor thermal comfort.
The corrosion-resistant aluminum and stainless steel shall have high-recycle content and are fully recyclable.
Dimensions:
For Tangent Table Ensemble: 96.9" wide x 86.0" deep x 86.7" high. 4-seat: 0.50" stainless steel base plate
TU-1 Sunshade, aluminum shade panels, aluminum frame, stainless steel pole, and mounting assembly

Surface Materials Shade panels:
i. Perforated aluminum Shade panels: Constructed of 0.06" aluminum. Options Fade, Slat, and Stitch.
TBD
Frame: cast and extruded aluminum.
Fasteners: stainless steel.
Mounting Pole: 1.75" diameter stainless steel tubing.
Mounting pole sleeve: 2.0" diameter stainless steel tubing.
Locking pin: stainless steel.
Base Plate: Tangent Table Ensemble, 4-seat: 0.50" stainless steel base plate, 9.25" diameter
vii. Anchoring hardware: Stainless steel mounting screws

7. Surface Finish
Shade Panel Plyester power-coat. Standard Texture/ Gloss from Forms+Surfaces Powder-coat Chart.
Panels and Frame / Mounting assembly: Polyester powder-coat / Standard Texture options / to be selected from manufacture Powder-coat Chart
Mounting Pole: Satin finish.
All selected finishes shall be approved by VA Interior Designer

8. Miscellaneous
Product shall ship partially assembled to reduce installation time
Manufacturer must have been in business for a minimum of 10 years.
Option of preassembly at factory with images sent prior to shipment.

STATEMENT OF WORK

Project: Palo Alto Division- Canteen Plaza Outdoor furniture
Project location: Palo Alto Canteen Plaza
3801 Miranda Avenue, Palo Alto, CA 94304

Transaction Number: 640-19-3-046-0095

1. Overview
VA Palo Alto Healthcare System, (VAPAHCS) is expecting to remodel and expand over 2 Million square feet and decommissioning 1 Million square feet of facilities over the next 10 years. Nearly all current facilities will be impacted, requiring frequent and spontaneous decommissioning, reconfiguration, and installation of both new and existing furnishings to support the facilities daily operating demands.
2. Objective
To purchase outdoor furniture for the Canteen Plaza on the Palo Alto Campus. See addendum 1 for furniture layout.
Key criteria:
High-performance green materials ready to stand up to real-world use in any environment, low maintenance and remain in serviceable condition.
Be added to the established "attic stock" as needed, for repurposing universally throughout the facility.
Parts to be available for field replacement by VA maintenance shops.
3. Protection of Property
Contractor shall protect all items from damage. Contractor shall take precaution against damage to the buildings and components of the building in particular stair guardrail glass and storefront glazing adjacent stairs, grounds and installed final finishes. Contractor shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Contractor, utilizing materials of the same quality, size, grade and color, to match existing work.
Contractor shall provide floor, door, and elevator wall protection while working in all VA facilities. All material handling equipment shall have rubber wheels.
Public elevators shall have temporary padded wall protection when freight elevator is unavailable
4. Delivery
Contractor shall contact the POC, when complete order has been received, to schedule installation.
In the event there is a delay in delivery, Contractor shall notify the VA POC immediately.
Contractor shall notify the VA POC a minimum of 24 hours advance notice of the scheduled date and time of delivery.
Contractor shall ensure that the driver of the delivery vehicle has copies of the delivery order at time of delivery.
Contractor shall not attempt to deliver any items before the scheduled delivery date.

5. Receive and Unload
The Contractor shall verify and inspect all items both at time of receipt at off-site storage warehouse and upon arrival to the VA site. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the POC.
If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor shall be responsible for moving these items to a secure location, until the next scheduled workday. Contractor shall be responsible for moving the items from the overnight storage site to its designated position in the building.
Contractor shall store damaged items in the location designated by the POC. Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the POC on a daily basis.
Contractor shall repair or coordinate for replacement of damaged, defective, or missing items.
6. Assembly, Installation, and Removal
Contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions.
Contractor shall place items in building(s) as identified in the contract and rooms in accordance with the spreadsheets and/or design drawings or specifications by the POC.
Contractor shall inspect components to ensure that they are clean, dust free, free of defects and that installation is complete and all items are ready for use. Floors shall be swept/vacuumed upon completion.
Contractor shall adhere to manufacturer s specifications and not use other manufacturer s product to interlock with new or existing product potentially invalidating warranties.

7. Quality Control
Contractor shall be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling and other items installed under this contract. Final acceptance from the VA will not occur until all debris connected with the installation is removed from the VA site.
Recyclable products shall be disposed of in accordance with applicable statutes, at respective off-site locations.
Packing materials will not be stored in the buildings for any period exceeding 24 hours.
Contractor shall remove all personal trash (food wrappers, drink containers, etc.,) from the work site daily.
Conduct of Contractor installation crew shall be courteous and respectful at all times. Be particularly mindful of our Veteran s and their needs.
8. Contract Hours
The normal work hours will be business hours (7:30am-4:00pm) Monday through Friday. The Government has the option to modify the normal work week, days and hours, as necessary to meet the mission of the VAPAHCS.
Contractor shall be flexible if a change in work hours is necessary to complete the project in order to accomplish the mission of VAPAHCS.
Delivery to:
VA Palo Alto Health Care System
Palo Alto Division
3801 Miranda Avenue
Palo Alto, CA 94304-1290


PROVISIONS AND CLAUSES

Award shall be made in accordance with FAR 52.212-2 Evaluation Commercial Items (Oct 2014) (a)(Tailored) The Government intends to make award based on initial quotes. Accordingly, vendors are encouraged to submit their initial quotes based upon most favorable terms, prices, technical and other factors.

Award shall be made to the Quoter whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria:

The quotes will undergo a comparative evaluation to determine which vendor provides the best value to the government in terms of the information provided in response to the non-priced factors while also providing a competitive price. Moreover, the Government is not assigning weight to the factors nor is listing them in any particular order.

Factor 1: Product capabilities and specifications
Factor 2: Price

(End of Provision)




The following solicitation provisions apply to this acquisition:

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):

http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Provision)

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:

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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):

http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Provision)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
[X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
[] (5) [Reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).
[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).
[] (10) [Reserved]
[] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).
[] (ii) Alternate I (NOV 2011) of 52.219-3.
[] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
[] (ii) Alternate I (JAN 2011) of 52.219-4.
[] (13) [Reserved]
[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
[] (ii) Alternate I (NOV 2011).
[] (iii) Alternate II (NOV 2011).
[] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
[] (ii) Alternate I (Oct 1995) of 52.219-7.
[] (iii) Alternate II (Mar 2004) of 52.219-7.
[X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
[] (17)(i) 52.219-9, Small Business Subcontracting Plan (AUG 2018) (15 U.S.C. 637(d)(4)).
[] (ii) Alternate I (NOV 2016) of 52.219-9.
[] (iii) Alternate II (NOV 2016) of 52.219-9.
[] (iv) Alternate III (JAN 2017) of 52.219-9.
[] (v) Alternate IV (AUG 2018) of 52.219-9.
[] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).
[X] (19) 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
[] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).
[X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).
[] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)).
[] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)).
[X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
[X] (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).
[] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
[] (ii) Alternate I (FEB 1999) of 52.222-26.
[] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
[] (ii) Alternate I (JULY 2014) of 52.222-35.
[X] (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
[] (ii) Alternate I (JULY 2014) of 52.222-36.
[] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
[X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).
[X] (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
[] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
[X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
[] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
[] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
[] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).
[] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).
[] (38)(i) 52.223-13, Acquisition of EPEATB.-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).
[] (ii) Alternate I (OCT 2015) of 52.223-13.
[] (39)(i) 52.223-14, Acquisition of EPEATB.-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).
[] (ii) Alternate I (JUN 2014) of 52.223-14.
[] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).
[] (41)(i) 52.223-16, Acquisition of EPEATB.-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).
[] (ii) Alternate I (JUN 2014) of 52.223-16.
[X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
[] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).
[] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).
[] (45) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
[] (ii) Alternate I (JAN 2017) of 52.224-3.
[] (46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83).
[X] (47)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
[] (ii) Alternate I (MAY 2014) of 52.225-3.
[] (iii) Alternate II (MAY 2014) of 52.225-3.
[] (iv) Alternate III (MAY 2014) of 52.225-3.
[] (48) 52.225 5, Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
[X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[] (50) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
[] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
[] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
[] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
[] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
[X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
[] (56) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).
[] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
[] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).
[] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).
[] (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
[] (ii) Alternate I (Apr 2003) of 52.247-64.
[] (iii) Alternate II (FEB 2006) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495).
[X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
[X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
[] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).
[] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
[] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
[] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
[] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).
(iv) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(xiii)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

52.204-7 System for Award Management (OCT 2018)
52.204-13 System For Award Management Maintenance (Oct 2018)
52.204-16 Commercial And Government Entity Code Reporting (Jul 2016)
52.204-18 Commercial And Government Entity Code Maintenance (Jul 2016)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (Dec 2013)


The following VAAR Clauses apply to this acquisition:
VAAR 852.203-70, Commercial Advertising (May 2018)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION)
VAAR 852.232-72 Electronic Submission Of Payment Requests (NOV 2018)
VAAR 852.246-71 Rejected Goods (OCT 2018)
VAAR 852.247-73 Packing For Domestic Shipment (OCT 2018)



QUOTE SUBMISSION INSTRUCTIONS

All Quoters shall submit the following: One copy of their quotation electronically via email. Ensure the file size of all attachments is less than 5 MB. If multiple emails are required to meet the file size limitation, ensure each email indicates 1 of (state total # of emails) in Subject line; for example, 1 of 3 emails , 2 of 3 emails , 3 of 3 emails , etc.

All quotations shall be sent electronically to Angela Oppenheimer Contract Specialist @ angela.oppenheimer@va.gov by no later than the stated due date and time.

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order resulting 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: (quotes shall list exception(s) and rationale for the exception(s).)

Submission shall be received no later than Friday August 30, 2019 @ 2:00pm Pacific Time at Network Contracting Office 21 via email to angela.oppenheimer@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY ELECTRONIC OFFERS WILL BE ACCEPTED.


Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting specialist Angela Oppenheimer at angela.oppenheimer@va.gov.

Point of Contact

Angela Oppenheimer
Phone: 925-372-2354
Email: angela.oppenheimer@va.gov

ATTACHMENTS LIST

DOL Wage Determination 2015-5641, Rev. 11, Rev. Dated 07/16/2019 Santa Clara County
Furniture Views
Canteen Plaza Furniture Plan Layout

angela.oppenheimer@va.gov

angela.oppenheimer@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP