Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2023 SAM #7729
SOLICITATION NOTICE

S -- Semi-Annual Window Washing Services RFQ

Notice Date
1/23/2023 2:35:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0142
 
Response Due
2/8/2023 1:00:00 PM
 
Archive Date
04/09/2023
 
Point of Contact
Courtney Chattman, Contracting Officer, Phone: 913-946-1975
 
E-Mail Address
Courtney.Chattman@va.gov
(Courtney.Chattman@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 for Commercial Items Department of Veterans Affairs Kansas City VA Medical Center (VAMC) Semi-Annual Window Washing Services 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $19.5 million. The FSC/PSC is S299. The Kansas City VA Medical Center (VAMC), 4801 Linwood Blvd, Kansas City, MO 64128, is seeking Semi-annual Window Washing Services. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Semi-annual window washing services at the Kansas City VA Medical Center and Honor Annex in accordance with Statement of Performance Work Statement (PWS). Base Year 2 SV 1001 Semi-annual window washing services at the Kansas City VA Medical Center and Honor Annex in accordance with Statement of Performance Work Statement (PWS). Option Year 1 2 SV 2001 Semi-annual window washing services at the Kansas City VA Medical Center and Honor Annex in accordance with Statement of Performance Work Statement (PWS). Option Year 2 2 SV 3001 Semi-annual window washing services at the Kansas City VA Medical Center and Honor Annex in accordance with Statement of Performance Work Statement (PWS). Option Year 3 2 SV 4001 Semi-annual window washing services at the Kansas City VA Medical Center and Honor Annex in accordance with Statement of Performance Work Statement (PWS). Option Year 4 2 SV Performance Work Statement General Information: The Kansas City Veterans Affairs Medical Center (VAMC) and Honor Annex is in need of semi-annual window and screen cleaning services. Windows and screens shall be cleaned in accordance with the specifications and standards described herein. Scope of Work: The contractor shall furnish all labor, supervision, materials, and equipment necessary to complete semi-annual window washing services as described herein that identify the buildings and the estimated number of windows and screens that require cleaning. Most windows and screens will require rappelling; therefore, site visit attendance is recommended. The Main Lobby area has 20 ft. ceilings with windows, and the G.I. building has oddly shaped windows on the ceiling. The contractor will be required to replace any window units or fixtures damaged during performance of contracted services. Specifications: Removing and cleaning screens. Cleaning windows (inside and out). Cleaning frames, sills, and sashes (inside and out). Replacing screens after cleaning note some screens are screwed in and tools will be required to remove and replace them. All cleaning tasks shall be accomplished to meet all standards as follows: Remove all paint, dirt, soil, and other substances that may be found on the windows. Screens removed for cleaning must be replaced and securely fastened. Some screens may be attached by screws and will require tools for removal. All damages caused by the Contractor s personnel shall be repaired to the previously existing condition at contractor s expense. Contractor must follow Occupational Safety and Health Administration (OSHA) guidelines, policies, procedures, and directives, as well as fire and safety regulations of the medical center. Work of the contractor is to be coordinated to prevent conflicts with the treatment of patients and the functioning of the facility. No medical apparatus shall be moved without approval. Contractor personnel shall report to the Kansas City VAMC s Environmental Management Services (EMS) located at Main Tower, Room M4-203, prior to beginning work and after completion of work for each day. Contractor personnel must wear identifying clothing, such as caps or shirts with contractor logo while on Medical Center grounds. The Contractor s Project Manager shall prepare and submit a plan to EMS describing how areas/rooms are to be serviced for each workday. The Contractor is required to re-clean deficiencies found by the Contracting Officer Representative (COR) at no additional cost to the Government. Re-cleaning shall be accomplished within five (5) working days of notification from the COR. Re-cleaning is required until the deficiency has been corrected. All work is to be performed in accordance with the guidelines established by Federal, State and Local ordinances and with the Contractor s procedures manual and quality control manual. Entrances/exits to buildings, walkways and sidewalks shall not be blocked at any time during window and screen cleaning. The use of scissor lifts, genie lifts, sky lifts, scaffolding and sidewalk sheds to clean and/or repair windows is highly discouraged. Pursuant to OSHA jobsite safety requirements in public areas, the use of such items may restrict access and walkways to and from KCVA facilities, which may affect patient care. The use of scissor lifts, genie lifts, sky lifts, scaffolding and sidewalk sheds must be approved by COR prior to use. Contractor shall provide OSHA Safety Certification for use of such items to the COR at no additional cost to government. All work should be performed in a professional manner with Society of Professional Rope Access Technicians (SPRAT) Certification and/or Industrial Rope Access (IRA) Certification. Contractor must have the equipment and knowledge to review rooftop conditions to access tie off points using parapet wall clamps and portable cantilever rigging equipment to comply with OSHA 4 to 1 standard for window cleaning. The Kansas City VAMC and Honor Annex do not have permanent anchors rated over the parapet walls. Hours of Operation: Business hours between 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal Holidays. The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, Christmas, Juneteenth, and any other day specifically declared by the President of the United States to be a national holiday. Period of Performance: This is the Base Year plus four (4) Option Years. The lead time will be twice a year in the Spring and Fall. Type of Contract: Firm-Fixed Price Participating Facilities: Kansas City VA Medical Center 4801 Linwood Blvd. Kansas City MO 64128 and Honor Annex 4251 Northern Avenue Kansas City, MO 64133-1593 Travel: The total cost shall include any travel costs related to perform work. All travel shall be conducted in accordance with Federal Travel Regulations (FTR). Schedules: Contractor is required perform all work during normal working hours Monday to Friday from 7 A.M. CST to 5 P.M. CST. The Contractor is not required to provide services on the following U.S. Government holidays, nor will the Contractor be paid for these holidays. National Holidays Observed by the Federal Government: Thanksgiving Day 4th Thursday in November Christmas Day December 25 Juneteenth June 19th New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November If a holiday falls on a Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. Contractor Personnel Badges and Parking: The Contractor shall provide the COR with a list of contractor employees expected to perform work at the medical center. While on the Kansas City VAMC premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. A Contractor s Flash badge will be given to the Contractor s employee after Background Data Collection information is input into VA PIV Enrollment Portal and attendance of a safety class. The contractor employee must safeguard the Flash badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their Flash badges. Flash badges must be worn at or above the waist (facing forward). The Contractor shall be required to comply with all security policies/requirements of the Kansas City VAMC. All security policies/requirements must be met, and employees cleared prior to the Contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with the COR or designee. The Kansas City VAMC does not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstance. Interference to Normal Function: Contractors may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems and passage of facility patients, personnel, equipment, and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. Note: The below cited data is for information purposes only and is intended to furnish the quoter an approximate number of windows and screens that require cleaning. The successful quoter will be required to clean all windows and screens on buildings identified below regardless of the window/screen count. Location of Windows: Building Function Windows 1 Main Tower Hospital 1788 2 Admin Bldg. Administrative 106 6 Engineering/Warehouse Facilities Management 75 15 Freedom Tower Research 240 26 Valor Pavilion Outpatient 150 56 Liberty Bldg. Outpatient 78 Honor Annex Outpatient 420 Site Visit: Thursday, February 02, 2023, at 10:00 AM CST. Location: Kansas City VAMC, Front Entrance, 4801 Linwood Boulevard, Kansas City, MO 64128-2226. Site Point of Contacts: Cynthia Dupree at Cynthia.Dupree@va.gov or 816-861-4700 ext. 57784 and/or Susan Fleetwood at Susan.Fleetwood@va.gov or 816-861-4700 ext. 56936. Solicitation Point of Contact: Courtney Chattman at Courtney.Chattman@va.gov or 913-946-1975. (End of Performance Work Statement) Place of Performance Kansas City VA Medical Center 4801 Linwood Blvd. Kansas City MO 64128 and Honor Annex 4251 Northern Avenue Kansas City, MO 64133-1593 The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items FAR 52.212-1, Instructions to Offerors Commercial Items (see addendum below) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.237-1, Site Visit (APR 1984) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2021) Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services: Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements - In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: Not Applicable. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.212-72, Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-73, VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2022) (JUL 2020) (DEVIATION) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.222-54, Employment Eligibility Verification (MAY 2022) (Executive Order 12989) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 11360 Window Cleaner $16.20 per hour Health & Welfare $4.80 per hour up to 40 hrs. per week or $192.80 per week or $832.00 per month (End of Clause) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (End of 52.212-5) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022). (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ________________________________________ Printed Title of Signee: _________________________________________ Signature: ___________________________________________________ Date: _____________________ Company Name and Address: ______________________________________ _____________________________________________________________ (End of clause) All quoters shall submit the following: 1. Technical Quote, 2. Society of Professional Rope Access Technicians (SPRAT) Certification and/or Industrial Rope Access (IRA) Certification, and 3. OSHA Safety Certification for aerial lift operators (if applicable). All quotes shall be sent to Courtney.Chattman@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: 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: Technical Quote IAW PWS Past Performance Veteran Involvement (SDVOSB) Price 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: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. 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. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB). To receive credit, a quoter must be registered and verified in Small Business Administration (SBA) Veteran Small Business Certification (VetCert) database at time of quotation submission and at time of award (Veteran Small Business Certification (sba.gov)) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB quotations that use SDVOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed veteran-owned subcontractors must be registered and verified in the SBA VetCert database (Veteran Small Business Certification (sba.gov)) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. The award will be made to the response most advantageous to the Government. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: Addendum to FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of quotations;            (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;            (5) Terms of any express warranty;            (6) Price and any discount terms;            (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit ultiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart  4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. Th...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8eb90460089e43eb9b46e3b3da62b11f/view)
 
Place of Performance
Address: Department of Veterans Affairs Kansas City VA Medical Center 4801 Linwood Blvd, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN06570566-F 20230125/230123230106 (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.