SOLICITATION NOTICE
39 -- PALLET SHUTTLE SYSTEM
- Notice Date
- 8/20/2024 7:04:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- NAC FACILITY PURCHASING SUPPORT (36S797) HINES IL 60141 USA
- ZIP Code
- 60141
- Solicitation Number
- 36S79724Q0015
- Response Due
- 9/20/2024 1:30:00 PM
- Archive Date
- 10/20/2024
- Point of Contact
- Brandy Hudson, Contract Specialist
- E-Mail Address
-
brandy.hudson@va.gov
(brandy.hudson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, 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) The solicitation number 36S79724Q0015 is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. (iv) This solicitation is a 100% Service-Disabled Veteran Owned Small Business Set-aside. The NAICS code associated with this solicitation is: 333922. (v) Line Items are as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Pallet Shuttle System 1.00 EA __________________ __________________ Total Amount____________ (vi) Description of requirements for the items to be acquired Please see the following Statement of Work and attached Drawings: 215 Space Height Restrictions.pdf (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Department of Veterans Affairs Service Distribution Center 1st Avenue, One Block North of Cermak Bldg 37, Dock Door 16 Hines, IL 60141 Date of Delivery: 60 days. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Quote submission requirements: Quotes must be received by the deadline listed on page one of the Combined Synopsis/Solicitation Notice. Any questions should be submitted to Brandy Hudson at brandy.hudson@va.gov by 1630 EST 30 AUG 2024. In order to be considered responsive, the quote must include the following information: Firm fixed priced quote for all items listed as detailed on the Statement of Work (SOW). The contractor must provide and clearly state the fixed price quote that will be evaluated for the government s order. 2. The completed provision at VAAR 852-219-76-VA-Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The government will award one contract to the quote that provides the best value and technically acceptable products to the government. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The following FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222 19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.222 26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-15 Energy Efficiency in Energy-Consuming Products (MAY 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The following additional contract requirements and terms and conditions are applicable to this requirement: VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (JAN 2023)(Deviation) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance For Services and Construction (JAN 2023)(Deviation) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.201-70 Contracting Officer s Representative DEC 2022 VAAR 852.203-70 Commercial Advertising May 2018 (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation. (xv) The date, time and place offers are due: Date quotes are due: 20 September 2024 Times Quotes are due: 1630 EST Submit Quotes to: Brandy Hudson brandy.hudson@va.gov (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Brandy Hudson brandy.hudson@va.gov Statement of Work Brief Description of Supplies/Services required and intended use: A complete re-design of warehouse storage room 215 at the SDC with high density, space-saving pallet shuttle system. This will need new material to build pallet shelving doubling storage capacity and increasing efficiency. Provide custom production for pallet shuttle system with pallet rack reinforcements and protection products. All installation to be completed by contractor to include all labor and materials. Shelving must meet all safety regulations. Provide operators with on site training and instructions for proper operation. All parts are to be delivered without defects to: SDC Building 37, Hines, IL 60141 Provide LIFO/FIFO pallet shuttle system with following minimum capabilities: Support all pallets with weight of 900 lbs each Pallet height clearance of 84 inches Shelving to support standard pallet size 48 X 40 Pallet runner needed is 2 Must be handheld operated Please note open and assessable Wi-Fi is not a safe assumption Software installation should be avoided unless previously approved to be installed on government network and government issued equipment First In First Out (FIFO) pallet shuttle system: Shelving to cover 13,244 square feet area on main structure As shown in diagrams 1, 2, and 3 of the 215 Area presentation attachment 1st and 2nd pallet shelving layer to have pallet height clearance of 84 inches The 3rd shelving will most likely have under 3 for product space Number of shelving levels: 3 Last-In, First-Out (LIFO) pallet shuttle system: Shelving to cover two separate areas covering combined 2,368 square feet Top level shelve in main shelving structure to cover 832 square feet As shown in Diagram 3 of 215 Area presentation 1 st and 2nd shelving to have pallet height clearance of 84 inches The 3rd shelving will most likely be under 3 Second structure separate from main shelving structure Number of shelving levels: 2 Shelving to cover 2,924 square feet As shown in Diagram 4 of 215 Area presentation 1 st and 2nd shelving to have pallet height clearance of 84 inches 852.219-76 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products. As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products (NOV 2022) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in - check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in - check each box below.] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g) of the Small Business Act (15 U.S.C. 645(g)(1)); and Prosecution for violating section 1001 of title 18. The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a6e95369883d4ebab4a297302be74789/view)
- Place of Performance
- Address: SDC/NAC Bldg 37` 1st Ave, One Block N of 22nd, Hines, IL 60141, USA
- Zip Code: 60141
- Country: USA
- Zip Code: 60141
- Record
- SN07178199-F 20240822/240820230123 (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 |