Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOLICITATION NOTICE

54 -- Portable wall system

Notice Date
7/7/2022 11:49:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0704
 
Response Due
7/15/2022 2:00:00 PM
 
Archive Date
10/13/2022
 
Point of Contact
Andrew J Gormley-Contractor, Andrew.gormley2@va.gov, Phone: (215) 823-6469
 
E-Mail Address
andrew.gormley2@va.gov
(andrew.gormley2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 6 of 6 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 6 DESCRIPTION (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24122Q0704 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. (iv) This requirement is being issued as Service-Disabled Veteran Owned Small Business (SDVOSB) set aside. The associated NAICS code is 236210 Industrial Building construction and small business size standard is $39.5 million. (v) The Government intends to award a firm-fixed price award for Temporary Wall System at the West Haven VAMC. Please see the attached Performance Work Statement full requirement details. Please complete Attachment 1 Price Schedule and submit with the quote submission. (Final Period of Performance will be established at time of award, dates as seen on the price schedule Attachment 1 are tentative.) (vi) The Contractor shall provide all resources necessary to provide a Temporary Wall system IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is: West Haven VAMC 950 Campbell Ave West Haven, CT 06516-2770 (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.204-7 System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), 52.211-6 Brand Name or Equal (AUG 1999), 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2022). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Andrew.gormley2@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer / Contracting Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 12-July-2022 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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:  Price (Follow these instructions): Offeror will complete the Attachment 1 Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Vendors may not be considered without an active SAM record at the time of award. Past Performance: The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Capabilities: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.  Contractor shall demonstrate their corporate experience to meet all requirements stated in the Performance Work Statement Provide Specification sheet for proposed wall Due to the urgent requirements, the Contracting Officer reserved the right to use best delivery time in leu of lowest price during evaluation and award. If the requested service falls under your GSA or other type of contract, please provide the GSA or Other contract details. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246-71 Rejected Goods 852.273-70 Late Offers 852.219-74 Limitation on Subcontracting Monitoring and Compliance (JUL 2018), 852.242.71 Administrative Contracting Officer (OCT 2020), 852.219-74 Limitation on Subcontracting Monitoring and Compliance (JUL 2018), 852.219-75 Subcontracting Commitments Monitoring and Compliance, 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (SEP 2021), 852.242-71 Administrative Contracting Officer (OCT 2020), (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are Due 15-July-2022 at 5:00 PM EST. RFQ responses must be (xvi) The POC of this solicitation is Andrew Gormley (Andrew.gormley2@va.gov.). The CO of this solicitation is Joshua Gallien (Joshua.Gallien@va.gov)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b604f889a4b748048806132117820437/view)
 
Place of Performance
Address: West Haven VAMC 950 Campbell Ave, West Haven 0651562770
Zip Code: 0651562770
 
Record
SN06381471-F 20220709/220707230104 (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.