PAGE 1 OF 46
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
DUNS:
DUNS+4:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. 2/2012)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
101-21-2-1659-0007
36C10X21Q0124
05-05-2021
10AM
EDT
36C10X
Strategic Acquisition Center - Frederick
Department of Veterans Affairs
5202 Presidents Court, Suite 103
Frederick MD 21703
X
100
X
337214
1000 Employees
N/A
X
36C10X
Strategic Acquisition Center - Frederick
Department of Veterans Affairs
5202 Presidents Court, Suite 103
Frederick MD 21703
VAFSC
U.S. Department of Veterans Affairs
Financial Services Center
PO BOX 149971
(see Section B.3 invoicing/payment)
Austin TX 78714-8917
1-(877)-489-6135
See CONTINUATION Page
Department of Veterans Affairs (VA) Office of Information
Technology (OIT)
The requirement is for Social Distancing Panel Requirements
located at 810 and 811 Vermont Avenue, NW, Washington, DC
Quotes are due: Wednesday, May 5, 2011 at 10am, EST.
See CONTINUATION Page
x
X
Todd Synder
36C10X21Q0124
Page 1 of
Page 2 of 55
Page 1 of
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B - CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 INSTRUCTIONS 4
B.3 Statement of Work Social Distancing Panel Requirements 6
B.4 PRICE/COST SCHEDULE 11
ITEM INFORMATION 11
SECTION C - CONTRACT CLAUSES 15
C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 15
C.2 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 19
C.3 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 20
C.4 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 21
C.5 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2021) 21
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 28
SECTION E - SOLICITATION PROVISIONS 29
E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUN 2020) 29
E.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 32
E.3 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 32
E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) 33
36C10X21Q0124
Page 1 of
Page 55 of 55
Page 1 of
SECTION B - CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
CONTRACTOR:
POC:
Email:
Phone:
GOVERNMENT: Strategic Acquisition Center Frederick
Department of Veterans Affairs 5202 Presidents Court, STE 103
Frederick, MD 21703
Contracting Officer (CO): Todd Synder
[email protected]
(240) 215-1744
Contract Specialist (CS): Sandra Martz
[email protected]
(240)-215-1662
Contracting Officer s Representative (COR):
B.2 INSTRUCTIONS
Submission - In accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests, all invoices shall be submitted electronically. A copy of all invoices shall be provided to the contracting POC identified in section B.1.
Tungsten (fka OB10) ELECTRONIC INVOICE SUBMISSION
FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL
FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS
Vendor Electronic Invoice Submission Methods:
Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below.
VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.
A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org.
Vendor e-invoice Set-up information:
Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below.
Tungsten e-Invoice setup information: 1-877-489-6135
Tungsten e-Invoice email:
[email protected]
FSC e-Invoice contact information: 1-877-353-9791
FSC e-Invoice email:
[email protected]
http://www.fsc.va.gov/einvoice.asp
COMMUNICATIONS:
https://www.federalregister.gov/articles/2012/11/27/2012-28612/va- acquisition-regulation-electronic-submission-of-payment-requests
http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily
Submission of Proper Invoice - The following data must be included in an invoice for it to constitute a proper invoice:
Name and address of the contract
Invoice date and number
IFCAP Purchase Order No.: 101-
Contract No.
Item number, description, quantity, unit of measure, price, extended price and a total of supplies delivered, or services performed.
Cumulative billing (per line item and total)
Final invoices must be marked FINAL INVOICE
Proof of supplies delivered, or services performed MUST also be provided. Signature, printed name and title of Government receiving official and date of delivery or performance period must be included.
INVOICES THAT DO NOT COMPLY WITH THESE REQUIREMENTS SHALL BE REJECTED.
Contractor Remittance Address -
All payments by the Government to the contractor will be made in accordance with:
[X] 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, or
[ ] 52.232-36, Payment by Third Party
Invoice shall be submitted in the arrears -
Quarterly [ ]
Semi-Annually [ ]
Other [X] Monthly, after acceptance by CO
B.3 Statement of Work Social Distancing Panel Requirements
SCOPE
The VA Office of Information Technology, Space and Facilities Management Office will procure services to provide and install clear plexiglass social distancing panels to be installed on existing furniture at the Department of Veterans Affairs (VA) Office of Information Technology (OIT) offices located at 810 and 811 Vermont Ave. NW, Washington DC. The panels must be equal to and/or equivalent to Humanscale Wellguard Separation Panels. The project will include field verification of quantities and types for each location as described in this Statement of Work including but not limited to supervision, equipment, labor, material, installation and cleanup.
GENERAL REQUIREMENTS
The vendor shall provide a written proposal describing the necessary work required to furnish each location with social distancing panels. The proposal shall include estimated timeframes for delivery and completion of work which should include approximate schedule for installation of furniture, clean up and trash removal, and post-install follow-up/revision.
Access to the loading dock at the warehouse will be coordinated with Security and the Project Manager.
VENDOR CONDITIONS
Tasks
Conduct a site walk-through for final field measurements and verification of quantities.
Provide final specifications for approval by the VA COR.
Deliver all social distancing panels according to an agreed upon schedule during normal business hours.
Provide and install the social distancing panels as per the VA s approved layout and per manufacturer regulation.
Remove all debris from new social distancing panels packaging in accordance with GSA s Solid Waste Environmental Program from the premises and properly dispose of at the end of each workday.
Conduct a walk-through within two business days following the installation to review and determine a punch list of items to be corrected and/or adjusted to complete the furniture installation. The vendor shall initiate resolution of the punch list items within three business days.
Furniture Specifications
Stand-Alone Standard Specification
Social distancing panels shall be 1/4" thick clear plexiglass
Attachment types shall be as follows:
Workstation partition Stand Alone partition width will vary per location
Worksurface bracket
Attachments shall be black or tungsten in color
810 Vermont
STAND-ALONE SCREENS
B-11C
23 H x 71 L: Qty 1
36 H x 22 L: Qty 2
ÃÂ
B17
23 H x 23 L: Qty 2
36 H x 23 L: Qty 2
36 H x 35 L: Qty 2
36 H x 70 L: Qty 2
ÃÂ
C28
23 H x 23 L: Qty 22
ÃÂ
C35
23 H x 23 L: Qty 4
ÃÂ
3rd Floor
40 H x 40 L: Qty 2 (Admin Cir)
30 H x 42 L: Qty 2 (Admin Cir)
23 H x 48 L: Qty 7 (Admin Cir)
23 H x 84 L: Qty 1 (Admin Cir)
23 H x 23 L: Qty 87
ÃÂ
5th Floor
23 H x 23 L: Qty 112
23 H x 84 L: Qty 4
23 H x 15 L: Qty 1 (575 Area)
23 Hx96 L: Qty 1ÃÂ
23 Hx105 L: Qty 4ÃÂ
23 Hx101 L: Qty 1ÃÂ
ÃÂ
7th Floor
23 H x 15 L: Qty 1 (727 Area)
23 H x 84 L: Qty 2 (727 Area)
40 H x 36 L: Qty 5 (727 Area)
40 H x 48 L: Qty 15 (727 Area)
40 H x 60 L: Qty 2 (727 Area)
40 H x 24 L: Qty 1 (744 Area)
40 H x 48 L: Qty 2 (744 Area)
MOUNTED SCREENS
ÃÂ
B-11C
23 H x 71 L: Qty 1
ÃÂ
C-35
23 H x 60 L: Qty 3
ÃÂ
3rd Floor
23 H x 42 L: Qty 1 (Admin Cir)
23 H x 60 L: Qty 1 (Admin Cir)
23 H x 84 L: Qty 1 (Admin Cir)
23 H x 48 L: Qty 7 (Admin Cir)
811 Vermont
Stand-Alone
Qty: 424 24x24
Qty: 68 24x30
Mounted Panels
Qty: 4 24x36
Qty: 18 18x60
Qty: 8 36x36
Deliverables and Deliverable Schedule
All materials, tools, installation, equipment, labor and supervision shall be by the vendor.
Work shall be performed during normal business hours. Business hours are Monday Friday, between 7:30 AM 4:00 PM, excluding federal holidays. Any work impacting normal business or requires after hours will need to be reviewed and approved by the VA Facility Manager.
Point of contact shall be notified one (1) week prior to the delivery and installation date to confirm the schedule and reserve the freight dock.
Panels and all associated materials will be delivered to and installed at 810 and 811 Vermont Ave. NW, Washington DC, 20420 per section E.2 and E.3.
Performance Period
The vendor shall complete the work required under this SOW within 35 days from contract award.
Owner Responsibilities
The owner (VA) will provide floor plans of each location to the vendor upon request.
The owner (VA) shall make final selections as needed.
Attachments
Attachment A: Deliverables and Deliverable schedule
Attachment B: Example of Example of Worksurface Stand-Alone Social Distancing Panels
Attachment A Deliverables and Deliverable Schedule
Deliverable
Tentative Schedule
Award
Furniture team begin background checks with the VA
Project kick-off meeting, site visit, assessment and analysis within 5 days after award
Meeting with Owner to review final selections and finishes
Final approval
Procurement
Delivery and acceptance
Installation
Post installation review and punch list
Punch list resolution
Attachment B Example of Worksurface Stand-Alone Social Distancing Panels
Attachment C Example of Worksurface Mounter Social Distancing Panels
B.4 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
_____________
_____________
810 Vermont Stand-Alone Screens
B-11C
23"Hx71"L
0002
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
B-11C
36"Hx22"L
0003
2.00
EA
_____________
_____________
810 Vermont Stand-Alone Screens
B17
23"Hx23"L
0004
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
B17
36"Hx23"L
0005
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
B-17
36"Hx35"L
0006
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
B-17
36"Hx70"l
0007
22.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
C28
23"Hx23"L
0008
4.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
C35
23"Hx23"L
0009
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
3rd Floor (Admin Cir)
40"Hx40"L
0010
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
3rd Floor - Admin Cir
30"Hx42"L
0011
7.00
ea
_____________
_____________
810 Vermont Stand-Alone Screen
3rd Floor - Admin Cir
23"Hx48"L
0012
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
3rd Floor - Admin Cir
23"Hx84"L
0013
87.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
3rd Floor
23"Hx23"l
0014
112.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor
23"Hx23"L
0015
4.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor
23"Hx84"L
0016
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor - 575 area
23"Hx15"L
0017
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor
23"Hx96"L
0018
4.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor
23"Hx105"L
0019
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
5th Floor
23"Hx101"L
0020
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 727 area
23"Hx15"L
0021
5.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 727 area
23"Hx84"L
0022
5.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 727 area
40"Hx36"L
0023
15.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 727 area
40"Hx48"L
0024
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 727 area
40"Hx60"L
0025
1.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 744 area
40"Hx24"L
0026
2.00
ea
_____________
_____________
810 Vermont Stand-Alone Screens
7th Floor - 744 area
40"Hx48"L
0027
1.00
ea
_____________
_____________
810 Vermont - Mounted Screens
B-11C
23"Hx71"L
0028
3.00
ea
_____________
_____________
810 Vermont - Mounted Screens
C-35
23"Hx60"L
0029
29.00
ea
_____________
_____________
810 Vermont - Mounted Screen
3rd Floor - Admin Cir
23"Hx42"L
0030
1.00
ea
______________
_____________
810 Vermont - Mounted Screens
3rd Floor - Admin Cir
23"Hx60"L
0031
31.00
ea
_____________
_____________
810 Vermont - Mounted Screens
3rd Floor - Admin Cir
23"Hx84"L
0032
7.00
ea
_____________
_____________
810 Vermont - Mounted Screens
3rd Floor - Admin Cir
23"Hx48"L
0033
424.00
ea
_____________
_____________
811 Vermont - Stand-Alone Screens
24"Hx24"L
0034
68.00
ea
_____________
_____________
811 Vermont - Stand-Alone Screens
24"Hx30"L
0035
4.00
ea
_____________
_____________
811 Vermont - Mounted Screens
24"Hx36"L
0036
18.00
ea
_____________
_____________
811 Vermont - Mounted Screens
18"Hx60"L
0037
8.00
ea
_____________
_____________
811 Vermont - Mounted Screens
36"Hx36"L
0039
Installation per building 2.00 ea ____________
GRAND TOTAL
_____________
Bid Protests Not Available