Federal Bid

Last Updated on 23 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

99--WMC EXHIBIT DISPLAY

Solicitation ID VA70114Q0209
Posted Date 13 Jun 2014 at 5 PM
Archive Date 23 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Veterans Affairs Office Of Information Service Center
Agency Department Of Veterans Affairs
Location United states
VETERANS HEALTH ADMINISTRATION WORKFORCE MANAGEMENT AND CONSULTING OFFICE EXHIBIT DIPLAYS COMBINED SYNOPSIS/SOLICITATION DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 VA701-14-Q-0209 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This requirement is a small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 339950 the business standard size is 500 employees. REQUIREMENTS: The Department of Veterans Affairs, Program Contracting Activity Central, 6150 Oak Tree Blvd, Suite 300, Independence, Ohio 44131 is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. PRICING: Offeror shall provide pricing for as described in requirements below. CONTRACT LINE ITEMS NUMBERS: Contract Line Item Number (CLIN) Description of Supplies/Services Quantity Unit Unit Price Amount 0001 11"x17" 4-part Tabletop Displays 195 EA 0002 47.25"x87.25" Floor-standing Displays 195 EA Sum of CLINs DELIVERY INFORMATION: The items shall be delivered to within 10 weeks of contract award as F.O.B. destination. The contractor shall ship items (cases, bags, etc) through the Contractors own purchasing process. Contractor shall arrange for all deliveries of completed materials to be delivered to each VAMC (154) and 21 recruiters with the remainder to be shipped to HRM. The ten (10) critical occupation displays will be delivered to HRM and the ten (10) Veteran themed displays will be 10 delivered to 10 VA facilities nationwide. STATEMENT OF WORK: Background: Veterans Health Administration (VHA), Healthcare Recruitment and Marketing (HRM) maintains a supply of highly visible recruiting exhibit displays for use at recruitment events nationwide. HRM currently has an inventory of exhibit displays in several sizes and themes. We desire additional displays that target our recruitment efforts in VHA's top critical occupations. This provides an opportunity for the field to select professionally designed displays that coordinate specifically to their recruitment event and streamline VHA brand awareness. Scope: The contractor shall design and create VA exhibit displays using existing imagery, text and artwork owned by HRM. Type of Contract: Firm Fixed Price. Performance Period: 1 year from date of award, with. 1 Option year to be executed at the Governments discretion. PROVISIONS AND CLAUSES: This combined synopsis/solicitation lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, pricing being determined fair and reasonable and the technical approach satisfies the requirement. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (System for Award Management (SAM) registration) the successful offeror must be registered with the SAM to be awarded a contract, 852.232-72 (Electronic Submission of Payment Requests), and 852.203-70 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-6, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All responses must be submitted to Nicholas Sparks, Contract Specialist via e-mail at [email protected] no later than 1:00 PM EST, Monday June 16, 2014
Bid Protests Not Available

Similar Past Bids

South carolina Not Specified
South carolina Not Specified
Patuxent river Maryland 20 May 2015 at 7 PM
South carolina Not Specified
Independence Ohio 01 Jul 2022 at 6 PM

Similar Opportunities

Location Unknown 26 Feb 2026 at 5 PM
Columbus Ohio 21 Jul 2025 at 4 AM
Cherry point North carolina 18 Jul 2025 at 4 AM
Flowery branch Georgia 09 Sep 2025 at 2 PM
Richmond California 17 Jul 2025 at 8 PM