SOLICITATION NOTICE
71 -- Ideal Products,Inc. Model 2000D, 4-tier lockers or equal 12"w x 12"d x 72"h, fire retardant plastic laminate, with recessed padlock hasp.
- Notice Date
- 7/17/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26119Q0755
- Response Due
- 7/30/2019
- Archive Date
- 9/28/2019
- Point of Contact
- Deborah Sosa
- Small Business Set-Aside
- Total Small Business
- Description
- Page 1 of Page 11 of 11 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C261-19-Q-0775 Posted Date: 7/18/2019 Original Response Date: 7/30/2019 Current Response Date: 7/30/2019 Product or Service Code: 7125 Set Aside: 100% SB set side NAICS Code: 337215 Contracting Office Address NCO 21 3230 Peacekeeper Way Bldg. 209 McClellan, CA 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02(effective 5 June 2019). The associated North American Industrial Classification System (NAICS) code for this procurement is 337215, with a small business size standard of 500 employees. The VA Northern California Health Care System Palo Alto is seeking lockers to be delivered and installed. All interested companies shall provide a quote for the following: Supplies/Equipment Provide, deliver and installed to: VA Palo Alto, Menlo Park Division, 3801 Miranda Ave, Palo Alto, CA 94304 mfg part # Mfg description qty unit of issue price total 2000D ideal products 4-tier lockers or equal 12"w x 12"d x 72"h, fire retardant plastic laminate, with recessed padlock hasp 25 ea end panels ideal products End panels 18"x72" to match lockers 8 ea finished base ideal products Feet of 4" finished base 74 ea ADA package ideal products ADA package Includes international symbol, touch to open latch, adjustable shelf, side hook, and 4" wire pull 10 ea install NA deliver/install 1 JB 0Award shall be made to the quoter, whose quotation, offers the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) meeting or exceeding the requirement, and (2) price. The following factors shall be used to evaluate offers: Technical: The vendor s quote must contain all the required match to salient characteristics for the designated items listed above. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required characteristics for the designated signs, not just price alone. The technical ratings are defined as follows: Acceptable: Quote clearly contains all the required characteristics for the designated matched signs and line item descriptions of the solicitation. Unacceptable: Quote does not clearly meet the characteristics and line item descriptions of this solicitation. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. 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 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price 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 FAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 14, 21, 22, 25, 26, 27, 28, 30, 33(i), 42. 47 ALT III, 49 and 55 are considered. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following VAAR contract clauses apply to this acquisition: 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) The following VAAR solicitation provisions apply to this acquisition: VAAR 852.215-71 Evaluation Factor Commitments (Dec 2009) Grey Market Prevention Language (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. All quoters shall submit the following: one copy of their best and final quote. All quotations shall be sent electronically to: Deborah Sosa, email: deborah.sosa@va.gov This is an open market combined synopsis/solicitation for signage as defined herein. The government intends to award a purchase order because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 7/30/2019, 4:00 p.m. Pacific Time. Emailed offers will 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 Contract Specialist, deborah.sosa@va.gov before 7/30/2019, 4:00 p.m. Pacific Time. Point of Contact: Deborah Sosa, Contract Specialist, Phone: 916-923-4564, deborah.sosa@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26119Q0755/listing.html)
- Place of Performance
- Address: VA Palo Alto;3801 Miranda Ave;Palo Alto, CA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN05373122-F 20190719/190717230048 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |