Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

89 -- Bottled Drinking Water & Dispensers Small Business Set Aside

Notice Date
4/6/2023 7:25:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0542
 
Response Due
4/19/2023 12:00:00 PM
 
Archive Date
06/18/2023
 
Point of Contact
David.Valenzuela2@va.gov, David Valenzuela, Phone: 413-584-4040 X6460
 
E-Mail Address
Joshua.Gallien@va.gov
(Joshua.Gallien@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis Solicitation West Haven VAMC Water Delivery (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 36C24123Q0542 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 2023-02. (iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 312112 Bottled Water Manufacturing and small business size standard is 1100 employees. (v) The Government intends to award a firm-fixed price award for the delivery of water and water supplies at the Newington CT VAMC. Please see the attached Performance Work Statement for full requirement details (Attachment 1). Please complete attached Price Schedule (Attachment 2) and submit with the quote submission. Please note the period of performance listed on the attachment is only speculative and is subject to change depending on the award date. (vi) The Contractor shall provide all resources necessary to provide water IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is: Newington VAMC 555 Willard Ave Newington, CT 06111 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (MAR 2023), 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), 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.273-70 Late Offers (NOC 2021), (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement, 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (DEC 2022) 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 shall submit their quotes electronically via email to David.Valenzuela2@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer 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 April 12, 2023, 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall 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 shall 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 shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall 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 shall complete the attached 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 Labor Standards. 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 stating SDVOSB or VOSB status shall be certified in VetBiz or VetCert. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. (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 Products and Services (DEC 2022), 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), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), VHA Supplemental Contract Requirements for Ensuing Adequate COVID-19 Safety Protocols for Federal Contractors, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 52.203-70 Commercial Advertising (MAY 2018), 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.216-75 Economic Price Adjustment Clauses Fuel Surcharge (NOV 2021), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 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, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination 2015-4119 (Rev-22), 52.222-42, 52.222-55, 52.222-62 (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 April 19, 2023, at 3:00 PM EST. RFQ responses must be submitted via email to: David.Valenzuela2@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is David Valenzuela (David.Valenzuela2@va.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/952db0b103774b7aafa17e599d121b04/view)
 
Place of Performance
Address: Newington VAMC 555 Willard Ave, Newington 06111
Zip Code: 06111
 
Record
SN06643776-F 20230408/230406230124 (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.