Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOLICITATION NOTICE

65 -- EMERGENCY LIGATURE FREE BATHROOM DOORS Bathroom Door with Magnetic Load Release

Notice Date
5/31/2023 1:51:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0741
 
Response Due
6/2/2023 1:00:00 PM
 
Archive Date
08/01/2023
 
Point of Contact
Phillip Crockett, CONTRACT SPECIALIST, Phone: 802 295 9363 6879
 
E-Mail Address
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Togus Maine VAMC Bathroom Door with Magnetic Load Release 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. The solicitation number is 36C24123Q0741 and the solicitation is issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 339999 ALL OTHER MISCELLANEOUS MANUFACTURING and small business size standard is 550 Employees. The Government intends to award a firm-fixed price award for the acquisition of Bathroom Door with Magnetic Load Release for the Togus ME VAMC. Please see the attached Statement of Work for full requirement details (Attachment 1). Please complete attached Price Schedule (Attachment 2) and submit with the quote submission. Please note the speculated period of performance start date is: 7-June-2023, this date is subject to change depending on the award date. The Contractor shall provide all resources necessary to provide the requested Bathroom Door with Magnetic Load Release IAW the attached statement of work. Please see the attached SOW for full requirement details. STATEMENT OF WORK The project involves the installation of Bathroom Doors with Magnetic Load Release within the Mental Health 63 Ward of the Togus Maine Veterans Affairs Hospital. Objective: The objective of this project is to provide privacy and dignity without compromising on safety for patients in the behavioral health ward. The load release bathroom door solves the biggest unsupervised risk in behavioral health. Product Scope: The Bathroom Door is a load release, saloon style door designed for behavioral health environments. Door leaves will need to have been tested according to safety standards and to have shown to be suitable for behavioral health environments. Scope of Work The scope of work for this project shall include the following: - Procurement of products listed in the Deliverables - Delivery of products to the Togus Maine Veterans Affairs Hospital Deliverables The deliverables for this project include the following: Part# Description Unit Price QTY Total ENL62-809 Ensuite Leaf Pair, 3kg, Wide, Beach 6 ENP15-300 Bathroom Wall Mount set, 3kg, grey, load release 6 ENL62-812 Ensuite Leaf Pair, 3kg, Wide, Mountain 6 ENP15-300 Bathroom Wall Mount set, 3kg, grey, load release 6 ENL62-806 Ensuite Leaf Pair, 3kg, Wide, Meadow 5 ENP15-300 Bathroom Wall Mount set, 3kg, grey, load release 5 Ensuite Leaf Pair, 3kg, Wide, Meadow 1 Bathroom Door Packing, Handling and Carriage | Deliveries: 1 1 The Place of Performance is: Togus VAMC, 1 VA Center, Augusta, ME 04330-6795 Schedule Delivery before 01 September 2023. Point Of Contacts POC Primary John Saunders - Assistant Chief, EMS Secondary - Andrew Parker - Acquisition Utilization Specialist END OF STATEMENT OF WORK 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. Past Performance: The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: 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 provide Material Lead times within the solicitation response. 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. 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), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018), 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.242-71 Administrative Contracting Officer (OCT 2020), 852.247-71 Delivery Location (OCT 2018), 852.247-73 Packing for Domestic Shipment (OCT 2018). 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, 25.219-28, 52.219-33, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33. All contract requirement(s) and/or terms and conditions are stated above. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. RFQ responses are due June 2nd, 2023, 4:00 PM EST. RFQ responses must be submitted via email to: Phillip.crockett@va.gov. Hand deliveries shall not be accepted. The POC of this solicitation is Phillip Crockett ( Phillip.crockett@va.gov ).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4636f118e7a24edbb149f2fa0241c881/view)
 
Place of Performance
Address: Togus VA Medical Center 1 VA Center, Augusta 04330-6795, USA
Zip Code: 04330-6795
Country: USA
 
Record
SN06700001-F 20230602/230531230114 (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.