SOLICITATION NOTICE
59 -- 621-23-2-5096-0687 - VFD'S FOR AIRHANDLERS - BUILDING 5, 8, 200 AND 204.
- Notice Date
- 4/25/2023 6:10:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333612
— Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923Q0185
- Response Due
- 5/5/2023 8:00:00 AM
- Archive Date
- 05/20/2023
- Point of Contact
- Cinnamon Washington, Contract Specialist, Phone: 615-225-6940
- E-Mail Address
-
Cinnamon.Washington@va.gov
(Cinnamon.Washington@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 8 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 8 SUBJECT* 621-23-2-5096-0687 - VFD'S FOR AIRHANDLERS - BUILDING 5, 8, 200 AND 204. GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24923Q0185 RESPONSE DATE/TIME/ZONE 04-10-2023 10:00 CENTRAL TIME, CHICAGO, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SBA PRODUCT SERVICE CODE* 5975 NAICS CODE* 333612 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) NCO 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 POINT OF CONTACT* Contract Specialist Cinnamon Washington Cinnamon.Washington@va.gov 615-225-6940 PLACE OF PERFORMANCE ADDRESS James H. Quillen 809 Lamont St Johnson City TN POSTAL CODE 37604 COUNTRY ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Page 1 of page 8 of 8 Page 1 of Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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 100% Small Business Se-Aside RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, effective 08/10/2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 333612, with a small business size standard of 750 employees. The FSC/PSC is 5975. The Mountain Home VA Medical Center located at 809 Lamont St. Johnson City, TN 37684 is seeking to purchase Variable Frequency Drivers. All interested companies shall provide Brand Name quotations for the following: Supplies/Services Line Item Description QTY Unit Unit Price Extended Price 0001 5 HP 460V 3 Phase VFD W/Bypass 2 EA 0002 7.5 HP 460V 3 Phase VFD W/Bypass 11 EA 0003 15 HP 460V 3 Phase VFD W/Bypass 4 EA 0004 25 HP 460V 3 Phase VFD W/Bypass 9 EA 0005 40 HP 460V 3 Phase VFD W/Bypass 3 EA 0008 40 HP 208 V 3 Phase VFD W/Bypass 3 EA TOTAL: Delivery of all quantities to the following location: Place of Delivery Address: James H Quillen VAMC 809 Lamont St. Johnson City, TN Postal Code: 37604 Quote shall specify a specific delivery date or number of days after receipt of order (ARO). The following Commercial Items clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS Jun 2020 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Nov 2021 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Nov 2021 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS May 2022 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Jan 2022 52.222-26 EQUAL OPPORTUNITY Sep 2016 52.222-35 EQUAL OPPORTUNITY FOR VETERANS Jun 2020 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-1 BUY AMERICAN-SUPPLIES Nov 2021 52.225-2 BUY AMERICAN CERTIFICATE Feb 2021 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Nov 2021 852.203-70 COMMERCIAL ADVERTISING May 2018 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS Nov 2018 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Mar 2020 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION) Nov 2020 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS Nov 2018 852.246-71 REJECTED GOODS Oct 2018 The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation: Instructions for the Preparation of Quotes Offeror shall provide the following documentation for the quote to be considered: A completed Price Schedule (to include pricing for all Line Items), located on pages 1 of this document. An Authorized Distributor Letter from OEM, which shows evidence of being an authorized OEM Distributor or Reseller for the quoted products. Delivery Date of quoted products. A letter from the OEM, confirming the quoted items are in stock and the delivery date included in the Offeror s quote is accurate. Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The following factors shall be used to evaluate offers: Past Performance and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows: Date of Delivery. An evaluation will assess quotes depicted a firm delivery date that is most advantageous to the government. Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination) (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. The offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] ( End of Provision) Submission of your response shall be received not later than 10:00AM CT, on April 10, 2023, via email to Cinnamon. Washington@va.gov and John.McComas@va.gov 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 not later than 10:00AM CT on April 05, 2023, via the same email address. Questions received later than this time/date may not receive a response. Point of Contact Cinnamon Washington Contract Specialist Network Contracting Office 9 Cinnamon.Washington@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1e40870404244a7ba21545e7aa3614d/view)
- Place of Performance
- Address: James H. Quillen 809 Lamont St, Johnson City TN 37604
- Zip Code: 37604
- Zip Code: 37604
- Record
- SN06661979-F 20230427/230425230117 (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 |