SOLICITATION NOTICE
44 -- Heat Pumps
- Notice Date
- 2/4/2025 8:39:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0209
- Response Due
- 1/27/2025 2:00:00 PM
- Archive Date
- 02/11/2025
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 36C25225Q0209 Combined Synopsis-Solicitation for Commercial Products and Commercial Services 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 2025-02 (effective 01/03/2025). This solicitation is set-aside for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The small business size standard of 1,250 employees. The FSC/PSC is 4420, Heat Exchangers and Steam Condensers. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Edward J. Hines, Jr. VA Hospital located at 5000 S. 5th Avenue, Hines, IL, 60141-3030 has a requirement has a requirement for two vertical split-coupled in-line pumps. Pumps will provide hot water to the air handler that provides air conditioning to the acute surgery wing of the hospital. Additionally, the hot water is used for humidity control as well as space heating for the surgical wing. Requirement is for the purchase of the pumps only. No installation is required. All interested companies shall provide quotations for the following: Schedule of Supplies Brand name or equal to Taco Comfort Solutions, KS Series, Model: 3009D, 1760 RPM Line Item Product Number Description Qty Unit of Measure Unit Price 0001 KS3009D 3"" TACO PUMP 7.80"" IMP 7-1/2HP 1750 213 FRAME 2 EA Salient Characteristics Common Nomenclature (commercial description): Vertical Split-Coupled In-Line Pump Kind of material (i.e., type, grade, alternatives, etc.): Steel and cast iron Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.): 208-230/460, 3-phase, 60 Hz Dimensions, size, capacity: 15 Horsepower, 3 piping system Principles of operation: Vertical Split Pump Restrictive environmental conditions: Indoor mechanical room Intended use: Pressurized climate control system Period of Performance All equipment will be delivered 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: Edward J. Hines, Jr. VA Hospital 5000 S. 5th Avenue Hines, IL Postal Code: 60141-3030 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 (SEP 2023) Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) 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 Services 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 52.214-21, Descriptive Literature (APR 2002), Alternate I (JAN 2017) FAR 52.225-18, Place of Manufacture (AUG 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offeror 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) 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 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025) Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Additional information can be found at http://www.fsc.va.gov/einvoice.asp. All quoters shall submit the following: Refer to ATTACHMENT 1: Tailored FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. Evaluation 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 price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. Refer to ATTACHMENT 2: TAILORED 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. The following are the decision factors: Technical Features Speed of delivery Warranty/extended warranty Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. Submission of your response shall be received not later than 5:00pm on February 13, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@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 to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7308f5674c354750ae0f3c2c1869d2ba/view)
- Place of Performance
- Address: Department Of Veterans Affairs Edward J Hines, Jr. VA Hospital 5000 S. 5th Avenue, Hines, IL 60141-3030, USA
- Zip Code: 60141-3030
- Country: USA
- Zip Code: 60141-3030
- Record
- SN07332219-F 20250206/250204230032 (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 |