SOLICITATION NOTICE
53 -- Privacy Lockset Materials Purchase
- Notice Date
- 2/23/2022 5:45:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0428
- Response Due
- 2/28/2022 11:00:00 AM
- Archive Date
- 04/29/2022
- Point of Contact
- Dolores Sachuk-Thompson, Contract Specialist, Phone: 716-862-7461x22383
- E-Mail Address
-
Dolores.Sachuk-Thompson@va.gov
(Dolores.Sachuk-Thompson@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 10 of 10 DESCRIPTION COMBINED SYNOPSIS/SOLICITATION PRIVACY LOCKSET MATERIALS FOR THE BUFFALO VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24222Q0428. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2022-04 (eff. 1/30/2022) . (iv) This procurement is being issued as a Small Business (SB) set-aside. The North American Industry Classification System (NAICS) code is 332510, Hardware Manufacturing, with a small business size standard of 750 employees. (v) The Contractor shall provide pricing for the following Privacy Lockset Materials as further described in the table below and the specifics of the Statement of Work (SOW): Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Dormitory function left-handed mortise locksets. 34 EA 2. Dormitory function right-handed mortise locksets. 37 EA 3. Privacy function with indicator left-handed mortise locksets. 4 EA 4. Privacy function with indicator right-handed mortise locksets. 3 EA (vi) Description of requirement - Scope of Work (SOW) This firm-fixed price goods requirement is for thirty-four (34) Dormitory Function Left-Handed Mortise locksets, thirty-seven (37) dormitory function right-handed mortise locksets, four (4) privacy function with indicator left-handed mortise locksets, and three (3) privacy function with indicator right-handed mortise locksets at the Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215. SCOPE: The Buffalo VA Medical Center is seeking a vendor to provide privacy mortise locksets to comply with VHA Directive 1330.01, dated (February 15, 2017- Amended: July 23, 2018) Health Care Services for Women Veterans. These Mortise Locksets must also conform to ANSI/BHMA A156.13. and shall be series 1000, minimum Grade 2. II. SPECIFIC TASKS Thirty-Four (34) Dormitory Function Left-Handed Mortise locksets that meet the following specifications: Latch operated by: Rotating inside lever, rotating outside lever only when deadbolt is retracted, turning key in outside cylinder. Outside Lever Locked by: Turning key in outside cylinder, turning inside turn lever. Outside Lever Unlocked by: Turning key in outside cylinder, Turning inside turn lever, rotating inside lever. Inside Lever Locked by: Cannot be locked Inside Lever Unlocked by: Always unlocked Auxiliary bolt: Stainless steel, non-handed. Backset: 2 3/4"" Case: 0.095 cold rolled steel, 5 7/8"" H x 7/8"" D x 4 1/16"" W. Steel is zinc dichromate plated for corrosion protection. Deadbolt: Stainless steel, 1"" throw. Latch-bolt: Solid stainless steel, 3/4"" throw. Latch is oil-impregnated for anti-friction operation. Reversible without opening case. Door Thickness: Standard lock configuration designed for doors 1 3/4"" thick. Faceplate: Stainless steel, 8"" H x 1 1/4"" W x 1/16"" T. Lock face automatically adjusts to proper bevel during installation. Finishes: Satin Chrome Standard Lever Handles: Stainless-steel, 2 15/16"" from door. Roses: Stainless-steel base material. H Flat w/ round edge, 2 3/4"" diameter. R Contoured w/ round edge, 2 3/4"" diameter. S Flat w/ beveled edge, 3 1/2"" diameter. Escutcheons: J stainless steel base material, 7 1/2"" H x 2 9/32"" W x 17/32"". Mortise Cylinder: solid brass or bronze bar stock. Additional security is provided by a set screw that mounts diagonally into the cylinder wall. This set screw prevents unauthorized removal of the cylinder without use of the control key. Features: Left-Hand An example of this type of lockset is Stanley Best Dormitory Function Left-Handed Mortise, Item # 45H7T3J626LH. Thirty-Seven (37) Dormitory Function Right-Handed Mortise locksets that meet the following specifications: Latch operated by: Rotating inside lever, rotating outside lever only when deadbolt is retracted, turning key in outside cylinder. Outside Lever Locked by: turning key in outside cylinder, turning inside turn lever. Outside Lever Unlocked by: Turning key in outside cylinder, Turning inside turn lever, rotating inside lever. Inside Lever Locked by: Cannot be locked Inside Lever Unlocked by: Always unlocked Auxiliary bolt: Stainless steel, non-handed. Backset: 2 3/4"" Case: 0.095 cold rolled steel, 5 7/8"" H x 7/8"" D x 4 1/16"" W. Steel is zinc dichromate plated for corrosion protection. Deadbolt: Stainless steel, 1"" throw. Latch-bolt: Solid stainless steel, 3/4"" throw. Latch is oil-impregnated for anti-friction operation. Reversible without opening case. Door Thickness: Standard lock configuration designed for doors 1 3/4"" thick. Faceplate: Stainless steel, 8"" H x 1 1/4"" W x 1/16"" T. Lock face automatically adjusts to proper bevel during installation. Finishes: Satin Chrome Standard Lever Handles: Stainless-steel, 2 15/16"" from door. Roses: Stainless-steel base material. H Flat w/ round edge, 2 3/4"" diameter. R Contoured w/ round edge, 2 3/4"" diameter. S Flat w/ beveled edge, 3 1/2"" diameter. Escutcheons: Stainless steel base material, 7 1/2"" H x 2 9/32"" W x 17/32"". Mortise Cylinder: Solid brass or bronze bar stock. Additional security is provided by a set screw that mounts diagonally into the cylinder wall. This set screw prevents unauthorized removal of the cylinder without use of the control key. Features: Right-Hand An example of this type of lockset is Stanley Best Dormitory Function Right-Handed Mortise, Item # 45H7T3J626RH. Four (4) Privacy Function with Indicator Left-Handed Mortise locksets that meet the following specifications: Latch operated by: Rotating inside lever, rotating outside lever only when deadbolt is retracted, turning key in outside cylinder. Outside Lever Locked by: turning key in outside cylinder, turning inside turn lever. Outside Lever Unlocked by: Turning key in outside cylinder, Turning inside turn lever, rotating inside lever. Inside Lever Locked by: Cannot be locked Inside Lever Unlocked by: Always unlocked Auxiliary bolt: Stainless-steel, non-handed. Backset: 2 3/4"" Case: 0.095 cold rolled steel, 5 7/8"" H x 7/8"" D x 4 1/16"" W. Steel is zinc dichromate plated for corrosion protection. Deadbolt: Stainless steel, 1"" throw. Latch-bolt: Solid stainless-steel, 3/4"" throw. Latch is oil-impregnated for anti-friction operation. Reversible without opening case. Door Thickness: Standard lock configuration designed for doors 1 3/4"" thick. Faceplate: Stainless-steel, 8"" H x 1 1/4"" W x 1/16"" T. Lock face automatically adjusts to proper bevel during installation. Finishes: Satin Chrome Standard Lever Handles: Stainless-steel, 2 15/16"" from door. Roses: Wrought brass, bronze, or stainless-steel base material. H Flat w/ round edge, 2 3/4"" diameter. R Contoured w/ round edge, 2 3/4"" diameter. S Flat w/ beveled edge, 3 1/2"" diameter. Escutcheons: J Stainless-steel base material, 7 1/2"" H x 2 9/32"" W x 17/32"". Mortise Cylinder: solid brass or bronze bar stock. Additional security is provided by a set screw that mounts diagonally into the cylinder wall. This set screw prevents unauthorized removal of the cylinder without use of the control key. Features: Left-hand An example of this type of lockset Stanley Best Privacy Function with Indicator Left-Handed Mortise locksets, Item # 45H0L3J626LH x VIN. Three (3) privacy function with indicator right-handed mortise locksets that meet the following specifications: Latch operated by: Rotating inside lever, rotating outside lever only when deadbolt is retracted, turning key in outside cylinder. Outside Lever Locked by: turning key in outside cylinder, turning inside turn lever. Outside Lever Unlocked by: Turning key in outside cylinder, Turning inside turn lever, rotating inside lever. Inside Lever Locked by: Cannot be locked Inside Lever Unlocked by: Always unlocked Auxiliary bolt: Stainless-steel, non-handed. Backset: 2 3/4"" Case: 0.095 cold rolled steel, 5 7/8"" H x 7/8"" D x 4 1/16"" W. Steel is zinc dichromate plated for corrosion protection. Deadbolt: Stainless steel, 1"" throw. Latch-bolt: Solid stainless-steel, 3/4"" throw. Latch is oil-impregnated for anti-friction operation. Reversible without opening case. Door Thickness: Standard lock configuration designed for doors 1 3/4"" thick. Faceplate: Stainless-steel, 8"" H x 1 1/4"" W x 1/16"" T. Lock face automatically adjusts to proper bevel during installation. Finishes: Satin Chrome Standard Lever Handles: Stainless-steel, 2 15/16"" from door. Roses: Wrought brass, bronze, or stainless-steel base material. H Flat w/ round edge, 2 3/4"" diameter. R Contoured w/ round edge, 2 3/4"" diameter. S Flat w/ beveled edge, 3 1/2"" diameter. Escutcheons: J Stainless-steel base material, 7 1/2"" H x 2 9/32"" W x 17/32"". Mortise Cylinder: solid brass or bronze bar stock. Additional security is provided by a set screw that mounts diagonally into the cylinder wall. This set screw prevents unauthorized removal of the cylinder without use of the control key. Features: Right-hand. An example of this type of lockset Stanley Best Privacy Function with Indicator Left-Handed Mortise locksets, Item # 45H0L3J626LH x VIN. All locksets covered under this contract must be able to accept Best Cormax A2 cores item number: 1CM7ML11626. III. QUALITY ASSURANCE 1. The Government may inspect each material as received. The vendor shall be notified within 3 duty days of receipt of unacceptable materials. The contractor shall deliver replacement materials within fifteen (15) duty days of notification of unacceptable materials. IV. DELIVERABLES 1. Vendor shall provide a five (5) year warranty on all good covered under this contract and be able to process warranty the claim within thirty (30) days. (vii) Awardee shall deliver FOB Destination Buffalo VA Medical Center Attn: Jerome Okonzak 3495 Bailey Avenue Buffalo, NY 14215-1129 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1 and all offers shall reference : 1) Solicitation number for this requirement as 36C24222Q0428. 2) Name, address and telephone number of offerors. 3) Technical description of supplies that meet all the requirements in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. 4) Terms of express warranty, if applicable. 5) Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined incomplete. 6) Acknowledgement of any solicitation amendments. 7) A statement specifying the extent of agreement with al terms, conditions and provisions included in this solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. (a) Award shall be made to the responsible offeror whose quotation offers the lowest price technically acceptable, conforming to the solicitation considering technical capability and price. The Government shall evaluate based on the following evaluation factors: 1) Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality products to the specified facilities. Technical Capability will be determined based on the qualifications of the offeror s capability statement. Interested parties must provide a capabilities statement, of length no greater than 5 pages, reflective of the company s ability to meet this requirement. 2) Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for, the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price of all requirements. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of payment requests (NOV 2018) 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (SEP 2021)(DEVIATION) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor ( JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT2018) (xiii) No additional requirements apply. (xiv) N/A (xv) This is a Small Business (SB) set-aside Combined synopsis/solicitation for the Privacy Lockset Materials (Supplies) at the Buffalo VA Medical Center. The Government intends to award a contract as a result 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer those terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 2:00 PM EDT, Monday February 28, 2022. The Government shall only accept electronic submissions via email, please send all quotations to Dolores.Sachuk-Thompson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after Friday, February 25, 2022 @ 12:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dolores Sachuk-Thompson, Contracting Specialist; Dolores.Sachuk-Thompson@va.gov .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/374dbd04328b48acbb8eaa523b310a87/view)
- Place of Performance
- Address: Department of Veterans Affairs Buffalo VA Medical Center 3495 Bailey Avenue, Buffalo, NY 14215-1129, USA
- Zip Code: 14215-1129
- Country: USA
- Zip Code: 14215-1129
- Record
- SN06249352-F 20220225/220223230106 (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 |