Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2020 SAM #6946
SOLICITATION NOTICE

81 -- CLIMATE CONTROLLED CONEX CONTAINERS

Notice Date
12/3/2020 11:27:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021Q0186
 
Response Due
12/9/2020 12:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
Kenneth Stephens, Contracting Officer, Phone: 317.988.1523
 
E-Mail Address
Kenneth.Stephens4@gmail.com
(Kenneth.Stephens4@gmail.com)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation: Climate Controlled Conex VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 13.6, 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 number is 36C25020Q1086 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04/ 04-15-2020. This procurement is a 100% Service-Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on an all-or-none basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311, with a small business size standard of 750 employees. The FSC/PSC is 8145. All interested companies shall provide quotations for the following: Salient Characteristics The VA Northern Indiana Health care system has a need for two (2) climate controlled 40 Conex containers at its Fort Wayne and Marion facilities with the following specifications: 40 in length, 8 width, and 8 6 height minimum dimensions Used, one-trip containers less than 4 years old Undercoating that is most optimum for multiple surfaces (grass, dirt, pavement, concrete) HVAC unit to provide climate control to keep entire Conex to keep entire contents from freezing Insulated ΒΌ wall paneling Minimum four (4) 4 lights Four (4) 110 volt receptacles minimum Power requirements for overall systems 208/230 volt Dual cargo doors at one end of the container Exterior paint in neutral color 125A Electrical Panel, with a 60A Breaker installed Please quote shipping/delivery charges as a separate line item VA reserves the right to arrange shipping through a Government Bill of Lading when considering shipping costs. Quantity of 1 for each location below. Evaluation Factors: LPTA Place of Performance/Place of Delivery Address: NIHCS VA Medical Center 2121 Lake Ave, Fort Wayne, IN Address: NIHCS VA Medical Center 1700 E. 38th St, Marion, IN Postal Code: 46805 Postal Code: 46953 Country: UNITED STATES Country: UNITED STATES 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 Items with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.232-33;52.233-2; 852.233-70; 852.233-71; 852.252-70; 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 (Oct 2018), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22 (Fill-ins); 52.217-8 (Fill-ins); 52.217-9 (Fill-ins); 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6; 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 All quoters shall submit the following: Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to the Kenneth Stephens at Kenneth.Stephens4@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. 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 12/09/2020 at 3:00pm Est. 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: Kenneth Stephens 317.988.1523 Kenneth.Stephens4@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab7d61cac3744bc8b918803524d1716e/view)
 
Place of Performance
Address: See multiple locations on next page.
 
Record
SN05866259-F 20201205/201203230148 (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.