SOLICITATION NOTICE
45 -- 36C249-19-AP-1381 Self- Contained Trash Compactor w/Hydraulic Ram
- Notice Date
- 4/4/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0226
- Response Due
- 4/8/2019
- Archive Date
- 6/7/2019
- Point of Contact
- 615-225-6459
- Small Business Set-Aside
- Total Small Business
- Description
- 36C24919Q0226 Page 9 of 9 RFQ 36C24919Q0070 Statement of Work Combine Synopsis/Solicitation General Information Document Type: Combined Solicitation/Synopsis RFQ Number: 36C24919Q0226 Posted Date: 04/04/2019 Response Date: 04/08/2019 @ 11:00 AM CST Classification Code: 4540 NAICS Code: 333318 CONTRACTING OFFICE ADDRESS: NCO 9 ATTN: Chaz Bowling Department of Veterans Affairs Contracting Office, 4th Floor 1639 Medical Center Parkway Murfreesboro, TN 37129 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. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2019-01 / 01-22-2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1000 employees.. The Network Contracting Office 9 is seeking a vendor that will provide the necessary requirement to the James H. Quillen VA Medical Center. All questions regarding this RFQ must be in writing and may be sent by e mail to Chaz.Bowling@va.gov Questions must be received no later than April 4, 2019 at 11 a.m. CST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. GENERAL DESCRIPTION: Compactor, self-contained, complete with power unit 3- phase power, Tri-voltage Option preferred one of which Must be 480 volts, Container Full and 80% full warning lights, remote push buttons on 15 cord, multi-cycle timer, auto counter start, ¼ rail understructure, Container section at least 7 Gauge floor, Walls & top, compactor head section ½ floor and ¼ walls, Hydraulic Hose protectors. WORK REQUIREMENTS: All work is subject to inspection by VA COR and work not meeting reasonable quality and craftsmanship shall be performed again at the contractor s expense. All work to be completed in a craftsman like and safe manner. All work will comply with all relevant VA construction and installation guidelines and specifications including the TIL and CEOSH (Center for Engineering & Occupational Safety). All Mountain Home VA safety regulations and General Specifications (#01011) must be observed at all times while working on this site. All defined rules and procedures, within accepted guidelines, to protect the safety of the Contractor s workers, the Veterans, VA employees, and the general public will be followed to the fullest extent. The above requirements are the minimum as others may be defined by additional Federal, State, or Local government entities as well as codes, specifications, and practices defined by the specific trade, job function, or industry. All workers will have ID badges and accompanied per VA privacy officer. None of the equipment to be purchased or installed will be on the VA information system nor will any access be given at any time, without prior written consent of station ISO. INSPECTIONS - All work shall be inspected during installation and at completion by the VA technical representative. SALIENT CHARACTERISTICS: Building 205 Compactor Discharge Opening- 37.2" X 60 to 41 x 58 6"X 2" x ¼ long sills 4 X 6" Solid Steel Nosecone rollers with I/4 Plate brackets 3" Structural channel Crossmember on 16" Centers 8" dimeter X 10" long front and Rear ground rollers 7 Gauge floor, roof, front sheet, side sheets, read door sheet Clear opening 37.2" X 60" Cycle time 39 Seconds Total normal force 39566 pounds Total Maximum force 43964 pounds Ram penetration 11 inches Motor 10 HP Pump 12 GPM Normal Hydraulic pressure 1800 psi Maximum Hydraulic Pressure 2000 psi Cylinder Stoke 37 inches Cylinder Bore (Dual Cylinder) 4 inches Cylinder rod (dual Cylinders) 2 inches Hydraulic reservoir Capacity 25 gallons Primed and Pained any Standard Color 1-year warranty, two copies of maintenance and operator manuals Disposal and removal of old unit after empty and free of trash, Hauling/Freight offload, set-up and test. Building 160 Compactor The compactor for building 160 must meet all the above and include: (Load option description), enclosure rear dock; Feed with barn doors and interlocks with a dock height of 48 to 54 actual height is 54. 1-year warranty, two copies of maintenance and operator manuals Disposal and removal of old unit after empty and free of trash. Hauling/Freight offload, set-up and test Building 205 low opening fits Building 160 loads from dock General Drawing of both with under our trash chute with barn doors measurements in inches SCHEDULE: All interested companies shall provide a brand name or equal quotation for the following: CLIN Item Description Quantity Price Total Price 0001 Building 205 Compactor Self - contained trash compactor with hydraulic ram 1 0002 Building 160 Compactor Self - contained trash compactor with hydraulic ram Enclosure rear dock, feed with barn doors and interlocks with a dock height of 48 1 0003 Delivery, Installation, Training, Maintenance Training, One-year warranty on provided equipment 2 TOTAL PRICING DELIVERY: Delivery shall be provided no later than 30 days after receipt of order. Delivery terms FOB destination. James H. Quillen VA Medical Center Corner of Lamont & Veterans Way Mountain Home, TN 37684 HOURS OF WORK: Work is to be performed primarily between the hours of 7:00AM 4:30PM, Eastern Standard Time (EST), Monday through Friday. The Contractor shall coordinate any work required with the hospital. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. There are 10 Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November QUOTE FORMAT AND EVALUATION FACTORS: Offerors shall provide only one quote. Quote should be emailed to Chaz.Bowling@va.gov NLT 04/08/2019 at 11:00 AM CST. Non-compliance with this requirement will result in disqualification of the quote. Award shall be made to the vender whose quotation offers the best value to the government, considering price, technical capability, and past performance. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. CLAUSES/PROVISION: Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 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/ FAR Number Title Date 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS OCT 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT OCT 2015 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS OCT 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS OCT 2018 52.219-4 NOTICE OF PRICE EVALUATION FOR HUBZONE SMALL BUSINESS CONCERNS OCT 2014 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 52.222-3 52.222-19 CONVICT LABOR CHILD LABOR JUN 2003 JAN 2018 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 52.222-54 52.223-18 EMPLOYMENT ELIGIBILITY VERIFICATION ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING OCT 2015 AUG 2011 52.225-3 BUY AMERICAN-FREE TRADE AGREEMENTS MAY 2014 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 52-232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT OCT 2018 52-232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) 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 http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JULY 2016 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2018 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0226/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;James H. Quillen VA Medical Center;Corner of Lamont & Veterans Way;Mountain Home, TN
- Zip Code: 37684
- Country: United States
- Zip Code: 37684
- Record
- SN05271847-F 20190406/190404230101 (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 |