Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2022 SAM #7474
SOLICITATION NOTICE

R -- SERVICE: VENDOR WILL TOUCH AND SCAN ALL NX EQUIPMENT ITEMS 614-22-3-560-0198

Notice Date
5/16/2022 11:12:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0367
 
Response Due
5/26/2022 11:00:00 AM
 
Archive Date
06/25/2022
 
Point of Contact
George Cochran, Contract Specialist, Phone: 615-225-5631
 
E-Mail Address
george.cochran@va.gov
(george.cochran@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice COMBINED SYNOPSIS/SOLOCITATION FOR COMMERICAL ITEM GENERAL INFORMATION Document Type: Combined Synopsis/Solicitation Posted Date: 05/16/2022 Response Date: 05/26/2022 @ 1:00 PM CT Product or Service Code: R499- Support- professional :other NAICS Code: 541614Process, Physical distribution and logistics conselting servive Small Business Size Standard: $44.5M Period of Performance: 06/15/2022 through 12/14/2022 Contracting Office Address Network Contracting Office 9 ATTN: George Cochran Department of Veterans Affairs Contracting Office, Suite 400 1639 Medical Center Parkway Murfreesboro, TN 37129 DESCRIPTION This is a combined synopsis/solicitation for a quote for commercial services 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, quotes are being requested, and a written solicitation will not be issued. This is an on GSA contract combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2021-05, 3/2021. This offer is a set aside for Service-Disabled Veteran Owned Small Business entities. The acquisition will be made pursuant to the authority in FAR Part 8, Simplified Acquisition Procedures. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 JB __________________ __________________ SERVICE: VENDOR WILL TOUCH AND SCAN ALL NX EQUIPMENT ITEMS AT MAIN VA FACILITY AT MEMPHIS VAMC TO INCLUDE NONCONNAH AND NORTH C-BOC CLINICS. VA STAFF TO INCLUDE LOGISTICS WILL ASSIST WITH GAINING ACCESS TO SECURE AREAS. THE INVENTORY TEAMS WILL WORK AROUND BUSY TIMES ASSOCIATED WITH PATIENT CARE. VENDOR WILL NOT HAVE ACCESS TO THE VA NETWORK. WALL TO WALL NX EQUIPMENT INVENTORY (APPROX - 22,000 LINE ITEMS) PLACE OF DELIVERY: Department of Veterans Affairs Memphis Veterans Administration Medical Center (VAMC) 1030 Jefferson Ave. Memphis TN. 38104 The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7, System For Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (JUN 2016) 52.204-13 System For Award Management Maintenance (OCT 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation.(Oct 2020) 52.212-4, Contract Terms And Conditions Commercial Items (OCT 2018) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.219-14 Limitations on Subcontracting (DEVIATION 2019-01) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.203-71 Display Of Department Of Veteran Affairs Hotline Poster (DEC 1992) VAAR 852.209-70, Organizational Conflicts of Interest (JAN 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (JUL 2019 DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.228-71 Indemnification and Insurance (MAR 2018) VAAR 852.233-71, Alternate Protest Procedure VAAR 852.237-75 Key Personnel (OCT 2019) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.273-70, Late Offers The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (Mar 2020) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition Of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016) 52.222.35 Equal Opportunity For Veterans (OCT 2015) 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014) 52.222-37 Employment Reports On Veterans (FEB 2016) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement Of Equivalent Rates For Federal Hires (MAY 2014) 52.222-36 Equal Opportunity On Veterans (FEB 2016 52.222-50 Combating Trafficking In Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American Supplies (MAY 2014) (41 U.S.C. CHAPTER 83) 52.225-13 Restrictions On Certain Foreign Purchases (JUNE 2008) 52.232-18 Availability of Funds (APR 1984) 52.232-33. Payment By Electronic Funds Transfer System For Award Management (JUL 2013) (31 U.S.C. 3332) 52.233-2 Service of Protest (SEPT 2006) 52.252-2 Clauses Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.htm l (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.232.-19 Availability Of Funds For The Next Fiscal Year Funds are not presently available for performance under this contract beyond December 30, 2022. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. VAAR 852.219-74 Limitations On Subcontracting Monitoring And Compliance (JUL 2018) (a) This solicitation includes 852.219-11, VA Notice of Veteran-Owned Small Business Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (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 means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (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; and (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 at the current website address provided in the contract. (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). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), 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. VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Tennessee. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) applies to this acquisition and addenda to the provision re included. See Attachment A 52.212-1 ADDENDA for information concerning: Submitting questions and submitting quotes. FAR 52.212-2, Evaluation Commercial Items (OCT 2014) 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, price and other factors considered. The following factors shall be used to evaluate offers: Trade off, Evaluation Factors listed in ADDENDUM to FAR 52.212-1 Instructions To Quoters Commercial Items. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.212-1 Instructions To Offerors Commercial Items Applies To This Solicitation ADDENDUM to FAR 52.212-1 Instructions To Quoters Commercial Items   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.   The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The quoter shall submit their quote on company letterhead and include the Price/Cost Schedule provided with the Performance Work Statement. Quoter shall include unit price, total, unit quantity and item description as specified above, as quoted discounts, proposed delivery time, name, address, and telephone number of the quoter, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Quoters Representations and Certifications- Commercial Items, and ORCA document. All prospective quoters must include appropriate references which must include all applicable company information. In addition, the quote shall include a separate narrative to specifically communicate the quoter s technical ability to meet the performance requirements and VAAR 852.219-10, Limitations of Subcontracting. Submitted licensing and insurance must be in the name of the prime contractor and only the prime contractor. The quoter should provide past performance evidence. The past performance evaluation result is an assessment of the quoter s probability of meeting the solicitation requirements. This assessment is based on the quoter s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past Performance information from the prime contractor is the only Past Performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. Questions: All questions shall be submitted to George Cochran by email at george.cochran@va.gov. Questions must be submitted no later than 1:00 PM CT May 22, 2022. Quotes must be received no later than (NLT) May 26, 2022 by 1:00 PM Central Time. Email your quote to georgee.cochran@va.gov. The subject line must specify MEM Recycling/Trash There will be no automated email notification of receipt of quotes. Quotes shall be submitted in one email, shall not to exceed 4 attachments, a total of 20 pages, and use 10 point font. Offerors are hereby notified that if their quotes are not received by the date and time specified in this announcement, it will not be considered. All quotes received without all requested documentation will not be considered. It is the responsibility of the offeror to view the https://sam.gov/content/opportunities website for any changes or amendments to this RFQ prior to closing date and time. Award may be made without discussions. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. All Veteran Owned Small Business must be registered in Vendor Information Page (VIP), prior to award. Award shall be made to a single offeror. 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, price and other factors considered using a subjective comparative analysis in accordance with FAR 8. The following factors shall be used to evaluate offers: Factor 1: Price Factor 2: Technical (per specifications in SOW) Factor 3: Past Performance- The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s).  Before making award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 8.405-6. (End of Provision) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer. 852.270-1 Representatives Of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor 852.273-7 Award Without Exchanges (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. Failure to comply with the above may result in dismissal of the protest without further consideration. Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: George Cochran Contracting Officer, NCO 9 george.cochran@va.gov See attached document: SOW_Wall to Wall See attached document: VHA Supplemental Contract Requirements for Combatting COVID-19 Updated 12-14-2021.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/310231048c05439abd61208f630030a2/view)
 
Place of Performance
Address: Memphis VAMC 1030 Jefferson Ave., Memphis 38104
Zip Code: 38104
 
Record
SN06328005-F 20220518/220516230100 (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.