SOLICITATION NOTICE
47 -- 492-22-2-599-0048 Tanker Hoses
- Notice Date
- 8/16/2022 8:18:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326220
— Rubber and Plastics Hoses and Belting Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q1431
- Response Due
- 8/23/2022 8:00:00 AM
- Archive Date
- 09/02/2022
- Point of Contact
- Shannon L. West, Contract Specialist, Phone: 318-466-2086
- E-Mail Address
-
shannon.west1@va.gov
(shannon.west1@va.gov)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2022-05, 3-07-2022. This solicitation is set-aside as Unrestricted The associated North American Industrial Classification System (NAICS) code for this procurement is 326220, with a small business size standard of 750. The FSC/PSC is 4720. All interested companies shall provide quotations for the following: See Attachment 1 Statement of Work (SOW) Delivery shall be provided ""no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 2200 Fort Roots Drive Bldg 182 North Little Rock, AR Postal Code: 72112 Country: USA 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response.] 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Price Proposal . All quotes shall be sent to the Shannon.west1@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."" Submission of your response shall be received not later than August 23, 2022 at 10 AM to Shannon.west1@va.gov hand delivery will not 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 Point of Contact listed below. Point of Contact SHANNON L. WEST, CONTRACT SPECIALIST Shannon.west1@va.gov THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. Statement of Work (SOW) for Tanker Hoses 1.0 General 1.1 Background The mission of the VISN 16 is to provide full spectrum medical care to eight facilities dispersed over eight states, during this national pandemic and during Hurricane season each year for the facilities in the hurricane danger area. The mission of the Emergency Operations (EOC) is to provide the critical connectivity to the facility and the resources associated with relief operations. This acquisition will provide communication during mobile convoys, alternate medical care sites, state and local radio traffic monitoring necessary support pandemic, flooding, earthquake, wildfires, severe weather, earthquakes, hurricanes, and any other national emergency. During disasters it requires a platform to disperse fuel that will need to have redundant capability, it will need to be able to move directly to ground zero in an all hazards incident. While maintaining a functional operational oversight providing national level connectivity for the local facility, an alternate care site or in an austere location that currently does not exist. This communications platform will also provide the means to accomplish the 4th mission, this authority for VA/DoD Health Resources Sharing and Emergency Operation Act passed in 1982, was expanded into the Federal Response Plan in 1992 whereby the VA is tapped to provide emergency management response and disaster relief in times of crisis, such as Pandemics, hurricanes, floods, and fires. The VAs mission statement of the fourth mission is to improve the Nations preparedness for response to war, terrorism, national emergencies, and natural disasters by developing plans and taking actions to ensure continued service toe Veterans, as well as to support national, state, and local emergency management, public health, safety, and homeland security efforts. 1.2 Objective Provide, Tanker hoses for the transfer of fuel and water during disasters to clinics, government vehicles, facilities and alternate care sites. This solution is specific to the type of tanker hoses needed for current equipment. This must be deployable to any Pandemic hot spot, an all-hazards event or other National Emergency as designated by the VISN Incident Command. 1.3 Scope of Work 1.3.1. Deliver, Tanker hoses for the transfer of fuel and water during disasters to clinics, government vehicles, facilities and alternate care sites. This solution is specific to the type of tanker hoses needed for current equipment. Delivery to Central Arkansas Veterans Healthcare System, 2200 Fort Roots Drive, Bldg 182, North Little Rock, AR 72112. 1.3.2 The Contractor shall provide, all equipment and accessories listed on the vendor quote. 1.3.3 All equipment and installation must meet manufacturers and VA specifications. 1.3.4 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 1.3.5 The Contractor is responsible for any missing parts and components not included in order. Moved to section 4.0 Moved to section 3.0 2.0 Technical Specifications/Minimum Requirements: To be rendered technically acceptable the Mobile Command unit shall include the following. 2.1 Tanker (1) Tanker (2) 3.0 Delivery or Deliverables 3.1 Deliver materials to the VISN 16 EM warehouse to Central Arkansas Veterans Healthcare System, 2200 Fort Roots Drive, Bldg 182, North Little Rock, AR 72112 in manufacturer's original sealed containers with brand name marked thereon. 3.2 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 3.3 Deliver specified items only when the site is ready for installation work to proceed. 3.4 Store products in dry condition inside enclosed facilities. 3.5 Any government requested delayed delivery up to 60 days after initial delivery date, shall be at no additional cost to the Government. 3.6 A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates. 3.7 Delivery and Installation will be coordinated through the COR. 4.0. Deliverables 4.1 Operation and Maintenance Manuals 4.2 Binders - Quantity (1) for each equipment item. 4.3 Digital Copies- Quantity (1) for each equipment item. 4.4 Deliver compilation of all manufacturers recommended maintenance schedule and operation materials packaged in binder(s) 5.0 Period of Performance 5.1 Contractor shall delivery the equipment should be 90 days or less from the date of award unless otherwise directed by the Contracting Officer 6.0 Warranty 6.1 The contractor shall provide a one-year manufacturer s warranty on all parts and labor. 6.2 Company shall provide a 5-year maintenance warranty for service, repair and replacement). 7.0 User and Service Manuals 7.1 The contractor shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased too the Contracting Officer Representative (COR) with the delivery of the mobile command unit and truck 8.0 Training 8.1 Contractor shall provide on-site training of the equipment to the Users. Scheduling of operator training shall be coordinated 9.0 Inspection and Acceptance 9.1 The Contractor shall conduct a joint inspection upon delivery of equipment. 9.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 9.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d181be16b9a744179784a7227253e0d1/view)
- Place of Performance
- Address: Department of Veteran Affairs Central Arkansas Veterans Healthcare Systems 2200 Fort Roots Drive Bldg 182, North Little Rock 72112, USA
- Zip Code: 72112
- Country: USA
- Zip Code: 72112
- Record
- SN06429210-F 20220818/220816230125 (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 |