SOLICITATION NOTICE
72 -- 663-22-4-5418-0037 | Sub Zero Refrigerators and Freezers
- Notice Date
- 9/12/2022 2:07:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335220
— Major Household Appliance Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0878
- Response Due
- 9/19/2022 1:00:00 PM
- Archive Date
- 10/03/2022
- Point of Contact
- Aaron Abbott, Contracting Specialist
- E-Mail Address
-
aaron.abbott@va.gov
(aaron.abbott@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 8 of 8 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 8 1. This is a combined solicitation for Sub Zero Fridges and Freezers - Built In, as 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. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. This solicitation is issued as a request for quotation (RFQ). 3. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 335220 code has a small business size standard of 1500. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages (VIP) database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""Gray Market"" items. All items must be covered by the manufacturer's warranty. GRAY MARKET PREVENTION LANGUAGE (a) Gray 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. (b) Vendor 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. (c) 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. 4. Line Items: Item Number Description Quantity Units Unit Price Amount 0001 Sub Zero Fridge Built-In 36' SUBZERO PANEL READY FREEZE LEFT HINGE Model # CL365F/O/L W/ 9042354 60' SUBZERO TUBULAR HANDLES 1 EA 0002 Sub Zero All Freezer Twins 36' PANEL READY SUBZERO FREEZER Model # CL3650F/O/R W/ 9042354 60' SUBZERO TUBULAR HANDLES 1 EA 0003 Sub Zero All Fridge-Twins 36' SUBZERO PANEL READY REFRIGERATOR Model # CL3650R/O/R W/ 9042354 60' SUBZERO TUBULAR HANDLES 3 EA 0004 36"" TOP CMPRSSR B/I FRIDGE 5 EA 0005 Install and Finish Carpentry N/A N/A 5. This is a brand name solicitation only, as equipment is to replace existing and must be of the same standard and quality, see statement of work for additional details. STATEMENT OF WORK Project Title: Fisher House Subzero Refrigerator and Freezer Replacement Introduction/Background The Fisher House current Subzero Refrigerators (x3) and Freezers (x2) are in excess of 10 years old and are reaching end of service life. Fisher House would like to replace the current installed system with a new compatible system; only Subzero to maintain the aesthetic and keep the same high standards that were originally installed in the Fisher House. The system is used multiple times daily to support guests staying at the Fisher House. Food and drink are accessible 24 hours a day. The C&A requirements do not apply, and that a Security Accreditation Package is not required. Objectives To replace the Subzero Refrigerators (x3) and Freezers (x2) and accomplish any carpentry work required to maintain the current aesthetic. Scope of Work Remove and dispose of current Subzero Refrigerators (x3) and Freezers (x2). Replace current Subzero Refrigerators (x3) and Freezers (x2) with same commercial grade / high-end units (Sub-Zero). Add door handles on each refrigerator / freezer unit. Make left or right hand opening direction to mimic current install. Remove, replace, or reuse any carpentry required to ensure the room aesthetic is maintained to include repainting of carpentry or refrigerator / freezer trim to match current room carpentry / aesthetic. Conduct any electrical work required for the system to function properly. All electrical work will be in compliance with United States, Washington State and county safety and construction guidance. Attach, reattach water lines to ensure icemakers work in replacement units. Conduct / stage work to ensure that the project is accomplished in the minimal amount of time. Maintain a safe working environment for contractors, VA Staff, and Fisher House guests during this project. While moving and installing units do not damage any VA equipment or property. If equipment or property is damaged repair or replace damage. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 6. Delivery: Delivery shall be within thirty (45) days from the time of award. Sub Zero Fridge Built In shall be delivered to the VA PUGET SOUND FISHER HOUSE, 1660 S. COLUMBIAN WA, SEATTLE, WA 98108. FOB Destination. 7. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.214-21 Descriptive Literature (APR 2002) 8. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Past Performance Evaluation Approach: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Technical conformance is more important than price. 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) (15 U.S.C. 657f). 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 12. There are no additional contract requirements, terms or conditions. 13. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 14. Quotes must be emailed to aaron.abbott@va.gov and received no later than 1:00pm PST on 09/19/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 15. For information regarding the solicitation, please contact Aaron Abbott at aaron.abbott@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0aac66c48e36438aac5be445bde34c80/view)
- Place of Performance
- Address: FISHER HOUSE 1660 S COLUMBIAN WAY, Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN06462137-F 20220914/220912230128 (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 |