SOLICITATION NOTICE
73 -- AIR CURTAIN NUTR350992 (VA-23-00076600) ready
- Notice Date
- 8/15/2023 5:42:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0834
- Response Due
- 8/23/2023 2:00:00 PM
- Archive Date
- 09/07/2023
- Point of Contact
- Nathan Langone, Contract Specialist, Phone: 603-340-0102
- E-Mail Address
-
Nathan.Langone@va.gov
(Nathan.Langone@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Page 3 of 10 Page 1 of 10 Page 10 of 10 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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 RFQ 36C24123Q0834. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. This solicitation is open to all capable vendors. The associated North American Industrial Classification System (NAICS) code for this procurement is 333241 Food Product Machinery Manufacturing, with a small business size standard of 500 employees. The FSC/PSC is 7320 Kitchen Equipment and Appliances. The Boston VAHCS 940 Belmont St Brockton, MA 02301 is seeking to purchase four (4) L-Hinged Air Curtain Refrigerators. The objective of this task order is to provide new air curtain refrigerators to replace current refrigerators on tray line in Brockton. Current refrigerators are not performing as air curtains which can result in suboptimal temps during tray line (and especially during warm weather) and presents a patient safety issue. All interested companies shall provide quotations for the following: Statement of Work (SOW) SCOPE OF REQUIREMENT The Department of Veteran Affairs, VISN 01, VA Boston Healthcare System due to numerous factors has a requirement for: Four (4) L-Hinged Air Curtain Refrigerators. The objective of this equipment is to provide: new air curtain refrigerators to replace current refrigerators on tray line in Brockton. Current refrigerators are not performing as air curtains which can result in suboptimal temps during tray line (and especially during warm weather) and presents a patient safety issue. PLACE OF PERFORMANCE VA Boston Healthcare System 150 South Huntington Avenue Boston, MA 02301 VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 VA Boston Healthcare System 1400 VFW Parkway West Roxbury, MA 02301 HOURS OF OPERATIONS Delivery schedule shall occur from 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Federal Holidays. POINTS OF CONTACT Contract Specialist: Nathan Langone Contracting Officer (CO): Harold Nice Requestor: Nancy Lavoie Email: Nancy.Lavoie@va.gov Phone: 774-826-1916 Requestors Service: Nutrition & Food Services Delivery and Warehouse Information: Brockton 774-826-1937 ADDITIONAL REQUIREMENTS Left-side Hinged Door, swings 270 degrees Door has full perimeter gasket. 27.88 L x 43 Depth x 77.25 H (height includes casters) Stainless Steel NEMA Plug 5-20P 15 tray slides, frames are removable and have no-tip feature. Capacity is fifteen 18 x 26 sheet pans or thirty 14 x 18 trays. ½ HP, 120V, single phase 16 amps Environmentally safe coolant (R-452A) Swivel casters, includes set of 4 corner bumpers Standard 1 year warranty Line Items Line Item Description Quantity Unit of Measure Unit Price Total Price 001 Dinex L-Hinged Air Curtain Reach-in Refrigerators with 1 year warranty 04 EA 0.00 0.00 002 Delivery and Installation 01 JB 0.00 0.00 Total 0.00 Evaluation Process Award will 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. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote 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: 1. Price (Follow these instructions): a. Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line item prices inserted in appropriate spaces. Vendors 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 (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). 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. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize 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 Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (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 Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (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: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Central Western Massachusetts VAMC Hampshire County WD 2015-4095 (Rev-21), 52.222-42, 52.222-43, 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 questions are due NLT 08/21/2023 at 17:00 PM EST. RFQ responses are due NLT 08/23/2023 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24123Q0834 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov) 1. Name of Contracting Activity, Government Agency, Commerical Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c0465a131e648399c9bcbee1b657c11/view)
- Place of Performance
- Address: VA Boston HCS 940 Belmont St, Brockton 02301, USA
- Zip Code: 02301
- Country: USA
- Zip Code: 02301
- Record
- SN06791733-F 20230817/230815230111 (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 |