SOLICITATION NOTICE
43 -- B&G Chilled Water Pump Kits
- Notice Date
- 6/29/2023 7:35:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q0872
- Response Due
- 7/10/2023 1:00:00 PM
- Archive Date
- 08/09/2023
- Point of Contact
- John Tschirhart, Contract Specialist, Phone: 937-267-3952
- E-Mail Address
-
john.tschirhart@va.gov
(john.tschirhart@va.gov)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items 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 (36C25023Q0872). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This solicitation is a full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 333996, Fluid Power Pump and Motor Manufacturing with a small business size standard of 1,250. The FSC/PSC is 4310. The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 is seeking to purchase B&G Chilled Water Pumps. All interested companies shall provide quotations for the following: THIS IS A BRAND NAME ONLY PURCHASE REQUEST. BRAND NAME: B&G Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA B&G Vertical Split Case Pump Series VSX-VSC, Model 6 x 8 x 13-1/2A, BF, 100 HP, 1800 RPM, with 12.75"" Impeller, Unitized EPR-Carbon/SiC (Standard) Seal, Baldor Motor, ODP, NEMA Premium w/Shaft Grounding Rings, Inverter Duty, 230/460/3/60 Motor, 2000 GPM, 110 ft $16,900.00 $50,700.00 Wt.: 3219lbs ea. Tag: Serial 2274319,20,21 LOCAL STOCK NUMBER: VSX-VSC 0002 3.00 EA B&G 3DS-10S, Triple Duty Valve Wt.: 473lbs ea. Tag: Discharge LOCAL STOCK NUMBER: B\T\G 3DS-10S 0003 3.00 EA Metraflex LPD1000 10 INCH Strainer Wt.: 464lbs ea. Tag: Pump Suction LOCAL STOCK NUMBER: Metraflex LPD1000 0004 3.00 EA Metraflex SS Flexiducer 10 IN X 6 IN SS Reducing Connector Wt.: 99lbs ea. Tag: Discharge Connector LOCAL STOCK NUMBER: Metraflex SS Flexiducer 0005 3.00 EA Metraflex Braided SS Reducing Flex Connector 10X8 Wt.: 99lbs ea. Tag: Suction Connector LOCAL STOCK NUMBER: Metraflex Braided SS 0006 3.00 EA Pump and Motor Alignment Complete LOCAL STOCK NUMBER: Pump and Motor Alignment The vendor shall supply brand new chilled water pumps for the chiller plant - (3) B&G Vertical split case pump series VSX-VSC. The Dayton VA currently has Bell & Gossett chilled water pumps for the chiller plant. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2022) 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 (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition Of Commercial Items (APR 2020) VAAR 852.242-71, Administrative Contracting Officer (OCT 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) 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 award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. 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 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: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. Technical or Quality: 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. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4:00pm local time, July 10, 2023, at john.tschirhart@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact John Tschirhart Contract Specialist Network Contract Office (NCO) 10 Office: 937-267-3952 Email: john.tschirhart@va.gov Delivery Instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery order will be specified when the order is placed. Delivery shall be FBO destination provided 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cf31f664f1ca4c4ebda8263654b92f4f/view)
- Place of Performance
- Address: Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN06732629-F 20230701/230629230055 (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 |