Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2019 FBO #6389
SOLICITATION NOTICE

K -- PHARMACY STORAGE SYSTEM MODIFICATION

Notice Date
5/20/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
 
ZIP Code
31021
 
Solicitation Number
36C24719Q0563
 
Response Due
5/28/2019
 
Archive Date
6/27/2019
 
Point of Contact
lasonja.harvey@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0563 Posted Date: 5/20/2019 Original Response Date: 5/28/2019 Current Response Date: 5/28/2019 Product or Service Code: K071 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 337215 Contracting Office Address Carl Vinson VA Medical Center 1826 VETERANS BLVD DUBLIN, GA 31021 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 Federal Acquisition Circular 2019-01 (01-22-2019). The associated North American Industrial Classification System (NAICS) code for this procurement is 337215, with a small business size standard of 500 employees. This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns that have been verified by the U.S. Department of Veterans Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR § 74 VA Veteran-Owned Small Business Verification Guidelines and appear in the Vendor Information Pages (VIP) database found at http://www.vip.vetbiz.gov/. Department of Veterans Affairs Carl Vinson VA Medical Center intends to award a Firm Fixed Price Contract for Office Furniture. All interested companies shall provide quotations for the item as described below and specified in Attachment A Statement of Work (SOW). Line Item Description Quantity Unit Price Total Price 0001 Modify existing electronic mobile carriages by converting to stationary shelving IAW the SOW. JB BASIS OF AWARD   The Government intends to award a Firm Fixed Price contract to the responsible Offeror whose quote, conforming to the solicitation, is the lowest price technically acceptable. To be considered as technically acceptable, an offeror must provide BOTH (1) a capability narrative or statement that clearly defines the contractor s ability to successfully provide the requested services, AND (2) past performance information that shows the vendor has successfully provided services similar in nature and scope as the requested service. Quotes that are not technically acceptable, will be excluded from award consideration. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Quotes shall be evaluated under FAR Part 13.106-2(b), 13.106-3, and 12.209 prior to an award. PROVISIONS AND CLAUSES: 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The Provision at 52.212-1 Instructions to Offerors Commercial Items (Oct 2018), applies to this solicitation in addition to the following addendums to the provision. All provisions are incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 852.270-1 Representatives of Contracting Officers (JAN 2008); 52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018). The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror whose offer conforming to the solicitation offers the lowest-price technically acceptable offer. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. All offerors are advised to include a completed copy of the provision at with their quote. 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. The following clauses are incorporated into 52.212-4 as an addendum to this contract. 52.204-13 System for Award Management Maintenance (OCT 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2018); 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016); 852.232-72 Electronic Submission of Payment Requests (NOV 2018); 852.237-70 Contractor Responsibilities (APR 1984). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause: 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (SEPT 2016); 52.222-50 Combating Trafficking in Persons (MAR 2015); 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018). Descriptions for the occupations for this requirement and determine the appropriate wage determinations are the responsibility of the contractor, and offeror are encouraged to coordinate with Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor's determination of the appropriate classification. See Attachment -C. DEADLINES QUESTIONS: All questions regarding to this solicitation must be submitted via email no later than no later than May 24, 2019, 1:00 AM EDT to Lasonja.harvey@va.gov. The Subject Line of the e-mail shall include RFQ 36C24719Q0563. Answers to questions received by the deadline will be posted to FBO no later than May 26, 2019. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. OFFERS: Offer submissions must not exceed five single-side pages, this includes the quote, and the technical acceptability information. All quotes must be submitted on Attachment B (Price Cost Schedule) via email no later than May 28, 2019, 1:00 PM EDT to Lasonja.harvey@va.gov. The Subject Line of the e-mail shall include RFQ 36C24719Q0563. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-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/DuVAMC557/DuVAMC557/36C24719Q0563/listing.html)
 
Record
SN05317178-F 20190522/190520230028 (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.