Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

54 -- Rapid Response Shelter Package

Notice Date
12/6/2019 1:36:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
259-NETWORK CONTRACT OFFICE 19 (36C259) GLENDALE CO 80246 USA
 
ZIP Code
80246
 
Solicitation Number
36C25920Q0080
 
Response Due
12/20/2019 8:59:59 PM
 
Archive Date
02/18/2020
 
Point of Contact
Tamanica Danford-Leaftamanica.danford-leaf@va.gov
 
E-Mail Address
tamanica.danford-leaf@va.gov
(tamanica.danford-leaf@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25920Q0080Rapid Response Shelter Brand Name or EqualThis 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 11:59pm MST, 12/16/19.All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.** Quotes are to be provided to Tamanica.danford-leaf@va.gov no later than 11:59pm MST, 12/20/19.Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0080. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019.The North American Industrial Classification System (NAICS) code for this procurement is 314910 with a small business size standard of 500. This solicitation is a 100% set-aside for Small Businesses (SB) pursuant to FAR 121.406(d).List of Line Items;ITEM #DESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT0001Description; Rapid Response Shelter, Brand Name Product: Blu-Med XP Medical Response PackageMake/Model Equivalent; 1EA__________________________0002Description;Shipping Fees1JB__________________________GRAND TOTAL_____________Description of Requirements for the items to be acquired (salient characteristics);The Brand Name or Equal Requirement:This requirement is for an all-in-one sheltering unit which includes tent, generator, electrical outlets, lighting, and HVAC. This will provide a 4-season accommodation for patients/staff to protect from Montana winters (avg. high-low temps 32deg/12deg with avg. 38 of snowfall). The Brand Name for the equal or better item is the Blu-Med Rapid Response Trailer Package:Salient Characteristics: (1) 16 x 32.5 XP Shelter with carry bags, one-piece insulation liner, air distribution plenum, anchor kit, and spares/repair kit, with: -520 ft (SF) of floor space -Rugged vinyl fabric -Wind load: 80mph sustained, 100 mph gusts -Snow load: 15lb PSF(1) Interior shelter electrical system with 24 outlets(10) Shatterproof fluorescent lights(1) Environmental control unit, 2.5-ton capacity with supply and return air ducts, and spare parts kit;- (1) Wheel kit - high performance HVAC(1) 14kW diesel generator, 208 volt, 3-phase, with 45-gal fuel tank, mounted in the tandem-axel storage trailer. (1) Tandem-Axel Storage Trailer: 7 x 14 with rear ramp/door for load and unload, with electric brakes and spare tire, and all-terrain wheels.(1) 5-year warranty packageEnd of SpecificationsDelivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 3687 Veterans Drv, Ft Harrison, MT 5963652.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIALGray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable.Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation;Clearly identify the item by-Brand name, if any andMake or model number,Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; andClearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitationAny award made as a result of this solicitation will be made on an All or Nothing Basis.State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.Submission of quote shall include the following volumes: (I) Technical Capability (II) PriceVolume I - Technical Capability Technical Capability Quotations of equal products must meet the salient physical, functional, or performance characteristics specified in this solicitation.The offeror shall also provide testing results for wind load, and snow load requirements. Volume II PricePrice - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.(End of Addendum to 52.212-1).52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government willaward a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers:Technical Acceptability The Government will evaluate quotes to determine whether the offered item meets the salient characteristics, including testing results to substantiate that the offered item can withstand the snow load and wind load requirements. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements shall not be selected regardless of price.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(c) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements.(End of Addendum to 52.212-2)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsFAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)FAR 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)FAR 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)FAR 52.219-8Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));FAR 52.219-28Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))FAR 52.222-3Convict Labor (June 2003) (E.O. 11755)FAR 52.222-19Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)FAR 52.222-21Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26Equal Opportunity (SEP 2016) (E.O. 11246)FAR 52.222-35Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)FAR 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)FAR 52.222-37Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)FAR 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)FAR 52.222-50Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)FAR 52.225 5Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)FAR 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)FAR 52.232-33Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)Additional contract requirements or terms and conditions: 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/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award ManagementThe following VAAR clauses are to be incorporated by reference:VAAR 852.203-70 Commercial AdvertisingVAAR 852.232-72 Electronic Submission of Payment RequestsVAAR 852.246-71 Inspection52.252-1, 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 following FAR provisions are to be incorporated by reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 206)FAR 52.219-6 Notice of Total Small Business Set-AsideThe following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply.Date and Time offers are due to Tamanica.danford-leaf@va.gov by 11:59pm MST, 12/20/19. Name and email of the individual to contact for information regarding the solicitation:Tamanica Danford-LeafContracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2488ec89b2f2433a8378fce58cffd85e/view)
 
Place of Performance
Address: VA Medical Center;3687 Veterans Drv;Ft Harrison, MT 59636, USA
Zip Code: 59636
Country: USA
 
Record
SN05511257-F 20191208/191206230252 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.