MODIFICATION
23 -- Warehouse Utility Vehicles
- Notice Date
- 9/6/2019
- Notice Type
- Modification
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- 36C24819Q1461
- Response Due
- 9/10/2019
- Archive Date
- 9/30/2019
- Point of Contact
- janice.foranro@va.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 2 0001 09-06-2019 516-19-3-4213-0061 NONE Department of Veterans Affairs Network Contracting Office 8 (248) Room 315, Bldg. 2 10,000 Bay Pines Blvd Bay Pines FL 33744 00516 Department of Veterans Affairs Network Contracting Office 8 (NCO 8) C.W. Bill Young VA Medical Center 10000 Bay Pines Blvd. Room 315, Bldg. 2 Bay Pines FL 33744 To all Offerors/Bidders 36C24819Q1461 09-06-2019 X See attached questions and answers. Janice Fornaro CONTINUATION PAGE QUESTION #1 Please clarify this RFQ: Please confirm SDVOSB set aside - on the FBO listing it says Small Business Set Aside but in the document indicates SDVOSB. Please confirm SDVOSB set aside. ANSWER #1 This requirement is cascaded, set-aside for SDVOSB, VOSB and Small Businesses. QUESTION #2 Your evaluation statements are confusing: The Government intends to award a Firm-Fixed Price contract to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. FAR 13.106-2(b)(3) deals with Soliciting from a single source says (3) See 5.102(a)(6) for the requirement to post the brand-name justification or documentation. But there is no justification and I assume Kubota is the single source? ANSWER #2 This solicitation is not soliciting from a single source, it references utilizing a comparative evaluation, FAR 13.106-2(b)(3) as described below: FAR 13.106-2(b)(3) refers to comparative evaluations. The term comparative evaluation was added to the Federal Acquisition Regulation (FAR; FAR 13.106-2(b)(2)) by https://www.gpo.gov/fdsys/pkg/FR-1997-12-09/pdf/97-31817.pdf, published December 1, 1997 and effective February 9, 1998. FAR 13.106-2(b)(3): If using price and other factors, ensure that quotations or offers can be evaluated in an efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. This solicitation references brand name or equal in Attachment A Salient Characteristics and in Attachment C Clauses; therefore, no brand-name justification or documentation will to be posted as described in FAR 5.102(a)(6). QUESTION #3 The solicitation is an RFQ for a commercial item under Part 13, yet there is reference to negotiations and comparative evaluations which is a Part 15 RFP. Part 15 RFQ can be used with a commercial items solicitation using SAP, but that is not the case here. Please confirm this is a Part 13 RFQ for commercial items which are brand name or equal? ANSWER #3 This solicitation is for a Request for Quotations (RFQ) for commercial items under FAR Part 13 - Simplified Acquisition Procedures (SAP). The reference made to Part 15 106-2(b)(3) is: Evaluation procedures. (1) The contracting officer has broad discretion in fashioning suitable evaluation procedures. The procedures prescribed in parts 14 and 15 are not mandatory. At the contracting officer s discretion, one or more, but not necessarily all, of the evaluation procedures in part 14 or 15 may be used. This solicitation is not utilizing FAR Part 15. This solicitation is for is brand-name or equal products under FAR Part 13. QUESTION #4 If it is an RFQ for a commercial item brand name or equal then it is LPTA. Yet you have confusing language about comparative evaluation, but yet it says: The following factors shall be used to evaluate offers: Technical acceptability, and Price as applicable will be determined. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. Technical/Past Performance Price Sounds like this is a LPTA RFQ for a commercial items which are brand name or equal quotes will be submitted for an offer made by the government for LPTA award. Please confirm or clarify. ANSWER #4 This is not LPTA although evaluation factors were identified. Quotes will be evaluated using a comparative analysis evaluation as outlined below: FAR 13.106-1(a)(2) When soliciting quotations or offers, the contracting officer shall notify potential quoters or offerors of the basis on which award will be made (price alone or price and other factors, e.g.,past performance and quality). Contracting officers are encouraged to use best value. Solicitations are not required to state the relative importance assigned to each evaluation factor and subfactor, nor are they required to include subfactors. QUESTION #5 There are two or more VIP SDVOSBs which are interested and capable of providing these exact match at a fair and reasonable price. This should be SDVOSB set aside IAW Veterans First Program. ANSWER #5 It has been determined that the Non-Manufacturer Rule (NMR) applies to this procurement and an RFQ should be posted on FBO with a small business set aside utilizing the exception in FAR Par 19.502-2 https://www.acquisition.gov/content/part-19-small-business-programs#i1100762 and 13 CFR 121.406 https://www.ecfr.gov/cgi-bin/retrieveECFR?gp=&SID=7780ee089107f59ef3f78b938e2282b7&r=PART&n=13y1.0.1.1.17#se13.1.121_1406. Further market research revealed that there are no SDOVSB s, VOSB s or small businesses that manufacture this type of equipment under the NMR for NAICS Code 336112. As mentioned above, there is an exception to the NMR in FAR Part 19.502-2 which permits small business set-aside to provide any domestic firm s product provided the set-aside has researched the small business tier. Since the Rule of Two does not exist for SDVOSB s and VOSB s, in this case, because they do not manufacture these products, the exception is applicable. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-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/BPVAMC/VAMCCO80220/36C24819Q1461/listing.html)
- Place of Performance
- Address: C.W. Bill Young VA Healthcare System;10,000 Bay Pines Boulevard;Bay Pines, FL
- Zip Code: 33744
- Country: USA
- Zip Code: 33744
- Record
- SN05435952-F 20190908/190907070200 (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 |