Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOLICITATION NOTICE

24 -- Equipment, John Deere Tractors & Accessories Cincinnati VA Medical Center

Notice Date
11/14/2024 7:15:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0117
 
Response Due
11/28/2024 9:00:00 AM
 
Archive Date
12/28/2024
 
Point of Contact
Alice Clark, Contract Specialist
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial 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 Commercial 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 RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07 (effective 08/29/2024). This solicitation is open market firm fixed price contract and it a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SD/VOSB). Vendor must be registered in VetCert to qualify as an SD/VOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111 Farm Machinery and Equipment Manufacturing. The small business size standard of 1,250 employees. The FSC/PSC is 2420, Tractors Wheeled. The Department of Veterans Affairs, Network Contracting Office 10 (NCO 10), Veterans Integrated Services Network 10 (VISN 10), on behalf of the Cincinnati Veterans Affairs Medical Center, 3200 Vine Street, Cincinnati, Ohio 45520 has a requirement for three (3) brand name only John Deere tractors and accessories. All interested vendors shall provide quotations for the following: Schedule of Supplies Mfr Part No Description QTY Unit Price Total Price 5874M John Deere X758 Signature Series (without mower deck) 3 � � � John Deere ROPS Hard Cab with heaters 3 � � � John Deere 54 In Quick Hitch Front Blade with hydraulic 3 � � � angling, front quick hitch and hydraulic lift � � � This is a brand name requirement. The purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. Contractor will be responsible for all labor, material, tools, equipment, training, delivery, and accessories necessary to furnish and install the equipment. All workmanship shall comply with applicable manufacturer s requirements and standards. Contractor is responsible for cleaning up all materials, debris and rubbish from the delivery location. Disposal of all packaging material, debris and rubbish must be disposed of off the VA campus. There are no dumpsters available for contractor use. Period of Performance All equipment will be delivered and installed within 60 days from receipt of award. Place of Performance/Place of Delivery All equipment will be delivered F.O.B. Destination at no cost to the government. Address: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio Postal Code: 45520 Country: UNITED STATES 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 Products and Commercial Services (SEPT 2023) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.211-6, Brand Name or Equal; (AUG 1999) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.225-1, Buy American-Supplies (OCT 2022) FAR 52.225-2, Buy American Certificate (OCT 2022) Buy American Certificate (Oct 2022) (a)� (1)� The� Offeror� certifies that each� end product, except those listed in paragraph (b) of this provision, is a domestic� end product� and that each domestic� end product� listed in paragraph (c) of this provision contains a critical� component. (2)� The� Offeror� shall� list as foreign� end products� those� end products� manufactured in the� United States� that do not qualify as domestic� end products. For those foreign end� products� that do not consist wholly or predominantly of iron or steel or a combination of both, the� Offeror� shall� also indicate whether these foreign� end products� exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3)� The� Offeror� shall� separately list the� line item numbers� of domestic� end products� that contain a critical� component� (see FAR� 25.105). (4)� The terms commercially available off-the-shelf (COTS) item, critical� component, ""domestic� end product,"" ""end product,"" and ""foreign� end product"" are defined in the clause of this� solicitation� entitled ""Buy American-Supplies."" (b)Foreign� End Products: Line Item� No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] (c)� Domestic� end products� containing a critical� component: Line Item� No.� ___ [List as necessary] (d)� The Government will evaluate� offers� in accordance with the policies and procedures of� part� 25� of the Federal� Acquisition� Regulation. FAR 52.252-1, Solicitation Provisions 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 a clause� may� be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.273-70, Late Offers (NOV 2021) (End of Addendum to FAR 52.212-1) 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) Evaluation Commercial Products� and� Commercial Services� (Nov 2021) (a)� 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: Price, delivery time and past performance 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) 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 a clause� may� be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.225-1, Buy American Supplies (OCT 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.208-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or PBAs (JAN 2023) VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) VAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.219-76, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (JAN 2023)(DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) 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] (i) 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. (ii) 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. (2) 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]: (i) � 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). (ii) � 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. VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-73, Packing for Domestic Shipment (OCT 2018) (End of Addendum to FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9), (12), (23), (25), (26), (30), (31),(32),(33),(34),(36), (39),(48),(51), (55), and (59) All offerors shall submit the following to be considered: 1. Quote for the brand name commodities; 2. FAR 52.225-2, Buy American Certificate (OCT 2022) certificated referenced above; 3. VAAR 852.219-76, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (JAN 2023)(DEVIATION) certificate referenced above; and 4. Delivery Schedule. All quotes shall be sent to the Contract Specialist, Alice Clark at alice.clark@va.gov. Telephone responses shall not be accepted. Responses must be received no later than November 28, 2024, at 12:00 p.m. EST. 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 To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit an email to Alice.Clark@va.gov. All inquiries will be responded to as necessary in amendment format which will be posted on http://www.sam.gov The deadline for submission of clarifications and/or additional information concerning this solicitation is November 22, 2024, at 12:00 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government determined by the Contracting Officer. Telephone inquiries will not be accepted or returned. 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: Price, Buy American Act Certificate, and Delivery schedule. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits a� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the� acquisition Is set aside for small business and has a value above the� simplified acquisition threshold; or Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� quoter� waives the price evaluation preference; or Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ) at or before the exact time specified.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� RFQ. As a minimum,� quotes� must� show � � � � � � � � � � � (1)� The� solicitation number; � � � � � � � � � � � (2)� The time specified in the� solicitation� for receipt of� quotations;� � � � � � � � � � � (3)� The name, address, and telephone number of the� quoter; (4) Technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; � � � � � � � � � � � (5)� Terms of any express� warranty; � � � � � � � � � � � (6)� Price and any discount terms; � � � � � � � � � � � (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� quoter� shall� complete electronically); � � � � � � � � � � � (9)� Acknowledgment Request for Quotation amendments; (10)� Past performance� will not be considered in simplified acquisition procurements. (11)� Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� quoter� agrees to hold the prices in its� quote� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� are due. (2)� Any� quotation received at the Government office designated in the� solicitation� after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� (CO) determines that accepting the late� quotation� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotations cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of� quotes will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the� best terms from a price and technical standpoint. However, the Government� may� reject any or all� quotes� if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h)� Multiple awards. The Government� may� issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation by specific limitations. Unless otherwise provided in the Schedule,� quotations� may� not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quotation. � � � � � � (1)� Availability of requirements documents cited in the� solicitation. (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the following ASSIST websites: � � � � � � � � � � � � � � � � (i)� ASSIST (� https://assist.dla.mil/online/start/). � � � � � � � � � � � � � � � � (ii)� Quick Search (� http://quicksearch.dla.mil/).� � � � � � � � � � � (3)� Documents not available from ASSIST� may� be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i)� Using the ASSIST Shopping Wizard (� https://assist.dla.mil/wizard/index.cfm); (ii)� Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii)� Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier (UEI). Applies to all quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� solicitation� requires the contractor to be� registered in the System for Award Management (SAM).) The� quoter� must� enter, in the block with its name and address on the cover page of its� quote, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� quoters name and address. The� quoter� also� must enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� UEI. The suffix is assigned at the discretion of the� quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� quoter� does not have a UEI, it� should� contact the entity designated at� www.sam.gov� for� UEI� establishment directly to obtain one. The� quoter� should� indicate that it is a� quoter� for a government contract when contacting the entity designated at� www.sam.gov� for establishing the� UEI. (k)� [Reserved] (l)� Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27be2c072fed47e0a6d977f29c08f455/view)
 
Place of Performance
Address: Department of Veteran Affairs Cincinnati VA Medical Center 3200 Vine Street, Cincinnati 45220
Zip Code: 45220
 
Record
SN07265094-F 20241116/241114230110 (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.