Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2024 SAM #8290
SOLICITATION NOTICE

39 -- Brand Name SDC and DLC SSI Gravity Shelves, Delivery & Installation

Notice Date
8/6/2024 9:13:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
COMMODITIES & SERVICES ACQUISITION SERVICE (36C791) DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
36C79124Q0021
 
Response Due
8/23/2024 12:00:00 PM
 
Archive Date
10/22/2024
 
Point of Contact
Donna M Franzese, Contracting Officer, Phone: 303-273-6213
 
E-Mail Address
donna.franzese@va.gov
(donna.franzese@va.gov)
 
Awardee
null
 
Description
THIS IS A REQUEST FOR QUOTATION (RFQ) FOR BRAND NAME SCHAEFER SYSTEMS INTERNATIONAL, INC. (SSI) GRAVITY FLOW SHELVING TO INCLUDE SERVICE INSTALLATION AT TWO VETERAN AFFAIRS (VA) WAREHOUSE LOCATIONS. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services, FAR 13.501(a)(1) Sole Source/Brand Name acquisitions under simplified acquisitions, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. PAPER COPIES WILL NOT BE AVAILABLE. This combined synopsis/solicitation will be posted on Contract Opportunities at https://sam.gov/content/opportunities/. The RFQ number is 36C79124Q0021 This procurement is Full and Open Competition After Exclusion of Sources for BRAND NAME Schaefer Systems International, Inc. (SSI) Gravity Flow Shelving commercial supplies to include service installation at two VA warehouse locations. The North American Industrial Classification System (NAICS) code 333922, with a size standard of 500 employees. The product or service code is 3990 Miscellaneous Material Handling Equipment. The solicitation documents and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-05. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text here: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/vaar. VA National Acquisition Center (NAC) Commodities Service Acquisition Service (CSAS) intends to award a Firm-Fixed Price (FFP) purchase order resulting from this combined synopsis/solicitation to the responsible quoter whose quote, conforming to the synopsis/solicitation, will be most advantageous to the Government for this Brand Name supply requirement with installation services. The Government requests responses from qualified sources capable of providing ALL CLIN items listed below to VA Service Distribution Center (SDC) in Hines, IL and VA Denver Logistics Service (DLS) in Denver, CO, in accordance with the Statement of Work (SOW) and attached documents: CLIN 0001 SSI KDRA.7176 Gravity Flow Add-On Shelves 79""H x 71""W x 76""D for SDC, 5 EA CLIN 0002 SSI KDRS.7176 Gravity Flow, Starter Unit, 3-Level, Shelves 79""H x 71""W x 76""D for SDC, 1 EA CLIN 0003 SSI KDRL.7176 Gravity Flow Level Shelves 71""W x 76""D for SDC, 6 EA CLIN 0004 Installation at VA SDC, Bldg. 37 Dock 14, Hines, IL, 60141 1 EA CLIN 0005 SSI KDRA.7176 Gravity Flow Add-On Shelves 79""H x 71""W x 76""D for DLS, 108 EA CLIN 0006 SSI KDRS.7176 Gravity Flow, Starter Unit, 3-Level, Shelves 79""H x 71""W x 76""D for DLS, 9 EA CLIN 0007 Installation at Denver Federal Center (DFC) Warehouse for DLS, 1 Federal Center Bldg. 810, Denver, CO 80225, 1 EA CLIN 0008 Shipping & Handling, 1 EA Attachments: Attachment 1 Brand Name Justification Attachment 2 SF1449 which includes the Statement of Work (SOW), WD 2015-5017-27 IL Cook County, and WD 2015-5419 27 CO Jefferson County. The anticipated period of performance is 90 days for delivery and complete installation. Free on Board (FOB) Destination applies. Responsibility and Inspection: unless otherwise specified in the purchase order, the supplier is responsible for the performance of all inspection requirements and quality control. The following clauses and provisions apply to this acquisition in addition to provisions, clauses, contract requirement(s), terms, and conditions outlined in the attached documents. Clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Provisions: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and its ALT I ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS -- QUOTATION PREPARATION INSTRUCTIONS ELECTRONIC SUBMISSION ONLY. Quote shall include contractor s name, address, business size, and Point of Contract for Contractual Authority, RFQ number, and completed SF-1449. Standard Form (SF) 1449 SUBMITTAL AND OTHER INSTRUCTIONS. Quoters responding are requested to clearly indicate how they will meet the technical aspects of the requirement. The quote shall be organized, concise, and clearly demonstrate the contractor s ability to provide all CLINs in accordance with the SOW to include delivery and installation at both locations. Quote shall include labor rate and level of effort for service portion based on location, a copy of its liability insurance, and any other pertinent information. Quotes that meet the requirement described in this announcement and wish to be considered shall submit an SF-1449, Solicitation/Contract/Order for Commercial Items Offeror and complete Blocks 12, 17 (include SAM UEI), 23, 24, 26, 30 & Section B.2 Price/Cost Schedule on pages 4-5. All quotes shall include all CLIN unit price(s), FOB point, total amount, and grand total. Quoters shall be registered at SAM.gov to be considered for award. One electronic email with the RFQ response is to be received in this office no later than 1:00 PM, Mountain Time on, August 23, 2024. ADDENDUM TO FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS - EVALUATION CRITERIA AND BASIS FOR AWARD The basis of award is Lowest Price Technically Acceptable (LPTA). The Government will evaluate the first three lowest quotes, determine acceptability and award to the lowest priced technically acceptable quote. If the lowest quote is determined as technically unacceptable the government will review the next lowest quote to determine technical acceptability, and so on until the lowest priced technically acceptable quote is found. Quoters shall provide a statement in its quote that the Representations and Certifications at System for Award Management (SAM) sam.gov are current. ******** End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/21dc381f5a5c4f99bec9daf7ef12d1a7/view)
 
Place of Performance
Address: See details for two locations
 
Record
SN07158502-F 20240808/240806230122 (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.