MODIFICATION
J -- Emergency Deployable Assets Paint Restoration
- Notice Date
- 11/25/2024 11:23:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24825Q0124
- Response Due
- 12/5/2024 11:00:00 AM
- Archive Date
- 02/03/2025
- Point of Contact
- Wilfredo Perez, Contracting Officer, Phone: 939-759-6783
- E-Mail Address
-
wilfredo.perez3@va.gov
(wilfredo.perez3@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- 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. The solicitation number 36C24825Q0124 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses in this document are those in effect through Federal Acquisition Circular 2025-01 Effective 11/12/2024. The Department of Veterans Affairs, Network Contracting Office - 8 located at the VA Caribbean Health System (VACHS), 10 Casia Street, San Juan, Puerto Rico 00921 is seeking a vendor to perform Paint Restoration Services of its Emergency Deployable Assets (Power Generators and Light Towers). Detailed specifications and requirements are provided in the attached Statement of Work (SOW), Instructions to Offerors, Price/Cost Schedule, Clauses and Provisions. This solicitation will result in a short-term contract and is being issued as a set-aside for Veteran-Owned Small Business concerns (VOSBs). If award cannot be made at a fair and reasonable price, the solicitation will be cancelled, and the requirement will be resolicited. The resulting contract s period of performance is expected to be from December 16, 2024 to January 15, 2025. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items (Addendum attached) 2. 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: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) (Addendum attached) 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAY 2024) 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. 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."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Details concerning how quotes will be evaluated can be seen in the addendum to FAR 52.212-1 (Instructions to Offerors), in the Clauses and Provisions attachment. Questions submission shall be received not later than 3:00 PM Atlantic Standard Time (AST) on December 2, 2024 at wilfredo.perez3@va.gov. Submission of your response shall be received not later than 3:00 PM AST on December 5, 2024 at wilfredo.perez3@va.gov. The quoter shall submit a PDF version of the quote to the Government. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Omission of any one item MAY result in a quoter package being deemed not technically acceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25ad8e4a47e74abdb5fb83fb20460c10/view)
- Place of Performance
- Address: VA Caribbean Healthcare System (VACHS) 10 Casia Street, San Juan, PR 00921-3201, USA
- Zip Code: 00921-3201
- Country: USA
- Zip Code: 00921-3201
- Record
- SN07274308-F 20241127/241125230104 (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 |