Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
DOCUMENT

73 -- VAMC Dayton Kitchen Project 552-15-1-121-0004 552-15-1-406-0001 - Attachment

Notice Date
3/20/2015
 
Notice Type
Attachment
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Ave.;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25015Q0072
 
Response Due
3/23/2015
 
Archive Date
4/22/2015
 
Point of Contact
Chris Blazejewski
 
E-Mail Address
9-3707<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The solicitation number is VA250-15-Q-0072 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This is a small business set-aside and the associated NAICS code is 333241 and small business size standard is 500 employees. The requirement is for commercial kitchen equipment and installation as indicated in the attached statement of work. Brand Name or Equal descriptions are used to describe the Governments requirement. Delivery and installation location is the Dayton VAMC in Dayton, Ohio and shall be FOB destination. Delivery and installation required within 60 days of contract award. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-74. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through https://www.sam.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.201-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-34, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211.70 Service Data Manuals, Mechanical Equipment 852.211-73 Brand Name or Equal 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection The following VAAR Provisions apply: 852.211-72 Technical Industry Standards 852.270-1 Representatives of Contracting Officers A site visit is scheduled for Friday March 13, at 11AM. Attendees are to meet at the VAMC Dayton, building 411, room 101. Contractors need to inform the Contracting Officer no later than 03/12/15 of the names of personnel that will be attending the site visit. Offer Evaluation and Award: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price Past Performance Delivery/Installation Availability Technical (capability of offer to meet the Government's needs) Offers should be submitted electronically by the date and time indicated below to christopher.blazejewski@va.gov. Offers should include the completed cost/price schedule in the attached SOW and the following 3 sections to their offers: 1.Past Performance to include the following information a.Identify at least 3 recent (within the past 5 years) Federal, State, local Government or private contracts that are similar in size and scope to this requirement. b.Dollar Value c.Dates of performance d.Name of Agency/Facility e.Point of Contact along with contact information f.A brief description of the work effort to demonstrate the relationship between the reference contract and the proposed effort g.Completed pictures if available 2.Proposed delivery and installation schedule 3.Technical description in sufficient detail to allow the Government to ascertain the Offerors capability to meet, in addition to the items listed in the cost/price schedule, the requirements indicated in the SOW and should include at a minimum the following information: a.Provide cut sheets/brochures for equipment being provided to allow for technical evaluation against brand name requested equipment. b.Provide drawings/pictures that show sufficient detail/specs of fabricated requirements that reflect the expected detail/quality of the product that will be provided. An Offeror's initial quote should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. During the site visit, only general questions may be addressed. Any specific or technical questions must be submitted to the Contract Specialist by email after the site visit. Any information that may be inadvertently addressed during the site visit is not binding and cann only be confirmed in writing be email to the Contract Specialist, after the site visitAll questions and concerns regarding this solicitation shall be directed to the Contract Specialist. Questions must be in writing, sent to christopher.blazejewski@va.gov and received no later than 03/16/15 and responses to this RFQ are due by 5:00 pm, 03/23/15. See previously attached documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25015Q0072/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-15-Q-0072 A00002 VA250-15-Q-0072 A00002 CSSA2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1930872&FileName=VA250-15-Q-0072-A00002000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1930872&FileName=VA250-15-Q-0072-A00002000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Dayton VAMC;4100 West Third St;Dayton OH
Zip Code: 45428
 
Record
SN03674922-W 20150322/150320235206-2d8ed98c5e25d40ceb7ea019d9d79fa4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.