Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2024 SAM #8171
SOLICITATION NOTICE

54 -- Rejuvenation Station Pod

Notice Date
4/9/2024 9:13:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25224Q0424
 
Response Due
4/16/2024 3:00:00 PM
 
Archive Date
06/15/2024
 
Point of Contact
Erica Grimslid, Contracting Officer, Phone: 4148444800
 
E-Mail Address
Erica.Grimslid@va.gov
(Erica.Grimslid@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Effective Date: 02/01/2022 Page 14 of 14 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 2022-08 (effective 10/28/2022). This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 - Showcase, Partition, Shelving, and Locker Manufacturing, with a small business size standard of 500 employees. The FSC/PSC is 5410 Prefabricated and portable buildings. Requirement Jesse Brown VA Medical Center, located at 2030 West Taylor, Chicago, IL 60612-4223, is seeking to purchase a Rejuvenation Station Pod (Brand Name or Equal). Designed as an immersive personal audio - visual experience for employee health and wellness with touch screen operation and built in speakers for ease of use. Salient Characteristics: Private, soundproof, and fully enclosed booth/pod Fire retardant Installation included Provides double HEPA filtration air flow for optimum safety Easy to clean and sanitize Automatic UV light for sanitizing surfaces Installed Audio Visual hardware and software package offering a variety of meditation options of varied lengths (e.g., 3 - 30 minutes) to provide an immersive sonic and visual rejuvenating experience to users. No internet connection is required. Must not require the use of any type of headset device. Units must function on independent computer system, not dependent on VA server, and no internet connection is required. Units must not require recurring fees for operation Pod is equipped with a data tracking system to capture pre and post use evaluations; data is easily downloadable. Data collected does not contain any personally protected identifiable information. Rejuvenation Station Pod Dimensions: 47 X 47 X 89.5 Customizable exterior for branding Comfortable installed seating The Government intends to award a firm fixed-price purchase order to the quoter offering the lowest prices technically acceptable quote. All interested contractors shall provide quotations for the following: Line Item Description Part Number Qty Total Price 1 Rejuvenation Stations POD 2 Total Cost 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 Products and Commercial Services (NOV 2021) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.225-2, Buy American Certificate (OCT 2022) End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Rejected Goods VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-72, Marking Deliverables (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (OCT 2022) (JUL 2021) (DEVIATION) Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller Completed Buy American Certificate found at FAR 52.225-2, Buy American Certificate Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes shall be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Award will be based upon lowest priced technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 13. 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 5:00pm on April 16, 2024. Responses should be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. Hand delivered responses will not be accepted. 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 Erica Grimslid Contracting Officer Network Contracting Office 12 Erica.Grimslid@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/242b789589224e62acad117ec420296a/view)
 
Place of Performance
Address: Jesse Brown VAMC Department of Veterans Affairs 2030 West Taylor, Chicago, IL 60612-4223, USA
Zip Code: 60612-4223
Country: USA
 
Record
SN07024710-F 20240411/240409230052 (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.