Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2020 SAM #6775
SOLICITATION NOTICE

51 -- Diesel mechanic tools requires as condition of employment for Chapter 31 Veteran. POC for this request is Jed Maki, VRC, jed.maki@va.gov, 717-221-3477.

Notice Date
6/15/2020 7:16:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332216 — Saw Blade and Handtool Manufacturing
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0208
 
Response Due
6/26/2020 1:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Rebecca Quilhot, Contract Specialist, Phone: 563-391-1134
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 36C10E20Q0208 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-06, dated 05-06-2020. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAIC Code for this solicitation is 332216. The Small Business Size Standard] is 750 employees The Contract shall provide all equipment and shipping as requested on the list provided at the end of this solicitation document. THIS IS NOT A BRAND NAME REQUIREMENT. SNAP-ON TOOL ITEM NUMBERS ARE REFERENCED ON THIS SOLICITATION. IF SNAP-ON TOOLS CAN NOT BE PROVIDED, THE SUBSTITUTE ITEM MUST BE OF EQUAL OR GREATER QUALITY AND VALUE. vi. Description of Requirement Period of Performance. After receipt off all offers, evaluation and award, delivery date shall be established for 30 Days ARO. Due to the current pandemic however, lead way for shipping time will be granted by the VA. The awardee is responsible to notify the Contracting Officer of all scheduled shipment dates and the Contracting Officer will notify the customer. FAR 52.212-1, Instructions to Offerors Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-13 System for Award Management (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X_ 852.203-70, Commercial Advertising. ___ 852.209-70, Organizational Conflicts of Interest. ___ 852.211-70, Equipment Operation and Maintenance Manuals. ___ 852.214-71, Restrictions on Alternate Item(s). ___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] ___ 852.214-73, Alternate Packaging and Packing. ___ 852.214-74, Marking of Bid Samples. _X_ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. ___ 852.215-71, Evaluation Factor Commitments. ___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. ___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates. ___ 852.216-75, Economic Price Adjustment Fuel Surcharge. ___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. ___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. ___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. ___ 852.228-70, Bond Premium Adjustment. ___ 852.228-71, Indemnification and Insurance. ___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. _X_ 852.232-72, Electronic Submission of Payment Requests. ___ 852.233-70, Protest Content/Alternative Dispute Resolution. ___ 852.233-71, Alternate Protest Procedure. ___ 852.237-70, Indemnification and Medical Liability Insurance. _X_ 852.246-71, Rejected Goods. ___ 852.246-72, Frozen Processed Foods. ___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. ___ 852.270-1, Representatives of Contracting Officers. ___ 852.271-72, Time Spent by Counselee in Counseling Process. ___ 852.271-73, Use and Publication of Counseling Results. _X_ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. _X_ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. _X_ 852.273-74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: ___ 852.237-74, Nondiscrimination in Service Delivery. (End of clause) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides, (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) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (OCT 2018) (8) 52.209-6 Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (MAR 2020) (26) 52.219-33 Nonmanufacturer Rule (MAR 2020) (28) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (35) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (48) 52.225-1 Buy American Act Supplies (MAY 2014) between $10,000 and $25,000 (49) 52.225-3 Buy American Act Free Traded Agreements Israeli Trade Act (MAY 2014) See Alternates ii, iii, and iv for Options between $25,000 and $182,000 (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013) N/A N/A xv. Offers are due not later than Friday June 26, 2020 by 3:00 PM Central Standard Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation number 36C10E20Q0208. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Offerors shall ensure the following information is properly identified on their quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi. For additional information, please contact the Contracting Officer, Rebecca S. Quilhot at (563) 424-5874, or via email at rebecca.quilhot@va.gov Item Number Item Description Origin Qty List Price Unit Price Total 114ATMP 1/4DR 14PC 6PT SAE GSS 1 211FSY 3/8DR 11PC 6PT SHL SKTSET 1 211SFSY 3/8DR 11PC 6PT DP SKTSET 1 OEX709B 9PC 12PT COMWRSET 1 PWC6 WIRE CRIMP 1 BP16B BPEEN 16OZ HKRY HM 1 TMXK60 1/4DR 6IN KNR EXT 1 110STMY 1/4DR 10PC 6PT DP SKTSET 1 212EFTXY 3/8DR 12PC STD TORX SKTSET 1 FXK11 3/8DR 11IN KNR FRIC BLL EXT 1 212FSMY 3/8DR 12PC 6PT SHL SKTSET 1 212SFSMY 3/8DR 12PC 6PT DP SKTSET 1 OEX30B 15/16IN STD F/DR COMWR 1 OEX32B 1IN STD F/DR COMWR 1 OEXM710B 10PC 12PT MET COMWRSET 1 RXFS605B 5PC SET-6PT DBL/END FLRNT WR 1 1650 16IN PRYBR 1 FB316B 18SPK/IGN FLR GAGE(.010-.035"") 1 FB325A FEELER GA 1 FB303B WIRE GAP ELEC IGN SYS GAUGE 1 TMXK140 1/4DR 14IN KNR EXT 1 208EFAY 8PC HX STD DR SET 1 207EFAMY 3/8DR 7PC HX STD DR SET 1 S8 1/2DR UNIVERSL JOINT 2-11/17IN 1 311IMYA 1/2DR 11PC 6PT SHL IMP SKTSET 1 310IMMYA 1/2DR 10PC 6PT SHL IMP SKTSET 1 309SIMYA 1/2DR 9PC 6PT DP IMP SKTSET 1 310SIMMYA 1/2DR 10PC 6PT DP IMP SKTSET 1 OEXM6B 12PT 6MM SHRT COMWR 1 OEXM7B 12PT 7MM SHRT COMWR 1 OEXM8B 12PT 8MM SHRT COMWR 1 OEXM9B 12PT 9MM SHRT COMWR 1 RXFMS606B 6PC SET-6PT DBL/END FLRNT WR 1 TA3 ADAPTOR 1 TMX1 1/4DR 1-1/4IN KNR EXT 1 TM61A 1/4DR 6IN FLX EXT 1 FXK8 3/8DR 8IN KNR FRIC BLL EXT 1 FX24A 3/8DR 24IN FRIC BLL EXT 1 207SFRH 3/8DR 7PC FLRNT C/FTWRSET 1 SX2 1/2DR 2IN EXT 1 OEX10B 5/16IN STD F/DR COMWR 1 OEX34B 5/16IN STD F/DR COMWR 1 OEX36B 1 1/8IN STD F/DR COMWR 1 OEX40B 1 1/4IN STD F/DR COMWR 1 OEXM200B 12PT 20MM STD COMWR 1 OEXS709B 9PC 12PT SHRT COMWRSET 1 OEXM210B 12PT 21MM STD COMWR 1 OEXM220B 12PT 22MM STD COMWR 1 OEX080B 12PT 1/4IN SHRT COMWR 1 OEXSM710B 10PC 12PT SHRT MET COMWRSET 1 SSM5A FLT .032IN X 9/32IN ALUM STR 1 1250 12IN PRYBR 1 PPC3A 5IN CTR PNCH 1 PPC5A 6-15/16IN PNCH/CHSL HLDR 1 PPC104A 4-3/4IN PIN PNCH 1 PPC108A 5-3/4IN PIN PNCH 1 PPC204A 5-3/4IN STR PNCH 1 PPC208A 6-3/4IN STR PNCH 1 BP24B BPEEN 24OZ HKRY HM 1 E1020 EXTR SET 64785 1 OEX42B 12PT 1 5/16IN STD COMWR 1 OEXM90B 12PT 9MM STD COMWR 1 OEXM230B 12PT 23MM STD COMWR 1 OEXM240B 12PT 24MM STD COMWR 1 OEX260B 12PT 13/16IN SHRT COMWR 1 OEX280B 12PT 7/8IN SHRT COMWR 1 OEX300B 12PT 15/16IN SHRT COMWR 1 OEX320B 12PT 1/4IN MIDG COMWR 1 OXI8B 12PT 1/4IN MIDG COMWR 1 OXI10B 12PT 5/16IN MIDG COMWR 1 OXI12B 12PT 3/8IN MIDG COMWR 1 OXI706B 6PC 12PT MIDG COMWRSET 1 OXIM7B 12PT 7MM MIDG COMWR 1 OXIM8B 12PT 8MM MIDG COMWR 1 OXIM9B 12PT 9MM MIDG COMWR 1 OXIM710B 10PC 12PT MIDG MET COMWRSET 1 XB605A 5PC 12PT 10 BXWRSET 1 VS807B 7PC 4/WYANG HEAD O/ENDWRSET 1 SDM400A 37PC MSTR SD BIT KT 1 PWC14 WIRE CRIMP 1 110ETMAY 1/4DR 10PC STD HX DR SET 1 FX18 3/8DR 18IN FRIC BLL EXT 1 SX15 1/2DR 15IN EXT 1 TW381 1/2DR 6PT 1 3/16"" SHL SKT 1 TW401 1/2DR 6PT 1 1/4"" SHL SKT 1 TW421 1/2DR 6PT 1 5/16"" SHL SKT 1 TW421 1/2DR 6PT 1 3/8"" SHL SKT 1 TW461 1/2DR 6PT 1 7/16"" SHL SKT 1 TW481 1/2DR 6PT 1 1/2"" SHL SKT 1 TWM25 1/2DR 6PT 25MM SHL SKT 1 TWM26 1/2DR 6PT 26MM SHL SKT 1 TWM27 1/2DR 6PT 27MM SHL SKT 1 TWM30 1/2DR 6PT 30MM SHL SKT 1 TWM32 1/2DR 6PT 32MM SHL SKT 1 TS381 1/2DR 6PT 1 3/16"" DP SKT 1 TS401 1/2DR 6PT 1 1/4"" DP SKT 1 TS421 1/2DR 6PT 1 5/16"" DP SKT 1 OEX44B 12PT 1 3/8IN STD COMWR 1 OEX46B 12PT 1 7/16IN STD COMWR 1 OEX48B 12PT 1 1/2IN STD COMWR 1 XO605 5PC 12PT SAE DP OFF BX WR SET 1 VS26B 13/16IN 4/WYANG HEAD O/ENDWR 1 VS28B 7/8IN 4/WYANG HEAD O/ENDWR 1 VS30B 15/16IN 4/WYANG HEAD O/ENDWR 1 VS32B 1IN 4/WYANG HEAD O/ENDWR 1 RXS605B 5PC 6PT O/END/FLRNT WRSET 1 2050 20IN PRYBR 1 BP12B BPEEN 12OZ HKRY HM 1 313TWMYA 1/2DR 13PC 6PT SHL MM SKTSET 1 SSDMR1AO 4-5/16IN RAT MAG STBY ORG SD 1 SSDMR8AO 12-15/16IN RAT MAG LNG ORG SD 1 CJ2001P PULLER SET BOLT GRIP 1 91ACP PLIERS 1 VE200A TOOL CONTROL BOARD CJ2000S 1 TF528D FLARE SET 1 TC123C TUBE CUTTER 1 2004BSKA TOOL SET 1 SXK3 1/2DR 3-1/2IN EXT 1 TMXK110 1/4DR 11IN KNR EXT 1 317MSPC 1/2DR 17PC 6PT GEN SER SET 1 AWP45 PLIERS 1 AWP65 PLIERS 1 AWP120 PLIERS 1 AWP160 PLIERS 1 HBFE32 DEAD/BLW 32OZ SFT/GR HM 1 HBFE48 DEAD/BLW 48OZ SFT/GR HM 1 CSA8C BLK 7-5/8IN RIG CAR SCRA 1 CSA12CO ORG 12-7/8IN RIG CAR SCRA 1 PT28E MAGNETIC PICK-UP TOOL 1 SN24C 1/2DR LNG 24IN BRK BAR 1 CHN480 20 INCH PLIER 1 FSUM11A 3/8DR 11MM 6PT SHL UNIV SKT 1 106TMUSA 1/4DR 6PC SAE 6PT SHL UNIV SET 1 FSUM16A 3/8DR 16MM 6PT SHL UNIV SKT 1 FSUM18A 3/8DR 18MM 6PT SHL UNIV SKT 1 FSUM19A 3/8DR 19MM 6PT SHL UNIV SKT 1 206FSUMA 3/8DR 6PC MM 6PT SHL FLX SKT 1 FS12B 3/8DR 3/8IN 6PT SHL UNIV SKT 1 206AFSA 3/8DR 6PC SAE 6PT SHL FLX SKT 1 206AFXWP 6PC 3/8DR WBLP EXT SET 1 HBBD32 DEAD/BLW 32OZ BPEEN SFT/GR HM 1 106ATMXWP 6PC WBLP EXT SET (1-1/4-11IN) 1 SGDMRC44B RAT S/GR STD RED SD 1 AW1015DHK 15PC L/SHP HX WRSET 1 PPC828B 8IN FLT CHSL 1 R810C 1 /4-5/16IN STD 0 RAT BXWR 1 RB604C 4PC 12PT 0 RAT BXWRSET 1 PPC824B 7-1/4IN FLT CHSL 1 PPB1012A 10IN BRNZ TAPD PNCH 1 AWM110DHK 11PC L/SHP MET HX WRSET 1 HBPT16 16OZ PLST TP HM 1 HBBT24 24OZ BRNZ TP HM 1 LP7WR 7IN PLIER CURVED JAW W/CUTTER 1 LP6LN 6IN LONG NOSE LOCKING PLIER 1 PT5C TEL 2LB PICK UP TOOL CHROME 1 IP80D 1/2DR IMP SWV JOINT PIN TYPE 1 307IPLY 1/2D 7PC SAE 6PT SHL IM SW SET 1 SHDP63IRO PH 3 INS H/GR ORG SD 1 SHDX80O 8PC COMBO INS H/GR ORG SD SET 1 KRL791APBO TOP CHEST RED W/BRIGHT 1 SGT4BR SOFTGRIP 1/4IN DRIVER 1 120SSDP PH 1,2 OFF SD 1 KRL722BPBO 2BK RC W 2 FW DRWS RED 1 10SSD FLT .040IN X 1/4IN OFF SD 1 FL80 3/8DR 80T LNG RAT 1 A265A 1/4 IN CLIPS ON RAIL 1 SHDX40O 4PC COM INS MINI H/GR ORGSDSET 1 PPC710BK 11PC PNCH/CHSL SET 1 PPR708BK 8PC ROLL PIN PNCH SET 1 MG325 3/8"" IMPACT WRENCH 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e06b60bc5e04703b43a1fc40187e665/view)
 
Record
SN05691089-F 20200617/200615230214 (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.