SOLICITATION NOTICE
41 -- AHU Merv Filters for the New York Harbor Healthcare System. Brooklyn VA Medical Center.
- Notice Date
- 3/17/2025 9:57:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0448
- Response Due
- 3/24/2025 1:00:00 PM
- Archive Date
- 03/29/2025
- Point of Contact
- Rondon, Jonatan, Contracting Officer, Phone: 212-686-7500 5588
- E-Mail Address
-
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 2 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 [2025-03]. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 333413, with a small business size standard of 500 employees. The FSC/PSC is 4130. The Brooklyn Engineering Service is seeking the following materials to be installed by our HVAC team. This is a brand name or equal requirement for Merv Filters for the AHU (Air Handling Unit). The filter's primary purpose is to clean the air circulating through the HVAC system by trapping dust, pollen, mold, bacteria, and other airborne particles, ensuring cleaner air quality within the building while also protecting the HVAC system itself from potential damage by filtering out contaminants before they enter the unit; essentially acting as a vital component for maintaining good indoor air quality. Specifications: Air Flow - 1000 CFM Maximum Velocity - 500 Particle Capture Efficiency - (%)98 Nominal Depth - (Inch)12,20,24 Nominal Width - (Inch)24,20 Nominal Height - (Inch)12 Initial Resistance - 0.81 in WG Integrated Frame - Yes Actual Depth - (Inch)11-1/2 Actual Width - (Inch)23-3/8 Actual Height - (Inch)11-3/8 Standards - ASHRAE 52.2-2012; UL 900 The vendor shall provide the following: S-MP4V98C-122412 - 12 x 24 x 12 98% MERV 15 Carbon 4V-bank Mini Pleat Filter (Qty. 20) SO-MP4V98C-202412 - 20 x 24 x 12 98% MERV 15 Carbon 4V-bank Mini Pleat Filter (Qty. 22) S-MP4V98C-242412 - 24 x 24 x 12 98% MERV 15 Carbon 4V-bank Mini Pleat Filter (Qty. 50) SO-MP4V98C-202012 - 20 x 20 x 12 98% MERV 15 Carbon 4V-bank Mini Pleat Filter (Qty. 10) MISCEP - 16 x 20 x 12 98% MERV 15 Carbon Metal Rigid Cell Box Filter (Qty. 12) The purchase order is to be delivered by no later than 4/4/2025. Place of Performance/Place of Delivery: Brooklyn Campus Engineering Service (Bldg.#4) 800 Poly Place Brooklyn, NY 11209 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) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: (a)� The Contractor� shall� comply with the following Federal� Acquisition� Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to� acquisitions� of� commercial products� and� commercial services: VAAR 852.219-73� VA Notice of Total Set-Aside for� Certified� Service-Disabled Veteran-Owned Small Businesses. VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) 52.225-2 Buy American Certificate (OCT 2022) (a) 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. 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 . The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). 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. Vendor Signature: ______________________________ Date: ________________________ (End of provision) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(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] (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 certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB 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. (iii) [ ] 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. [ ] 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. (3) 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. (4)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: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) 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. (c)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. (d) 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) 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 (Sept 2023) (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� solicitation. However, the small business size standard for a concern that submits an� offer, 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, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1)Is set aside for small business and has a value above the� simplified acquisition threshold; (2)Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3)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� offers. Submit signed and dated� offers� to the office specified in this� solicitation� at or before the exact time specified in this� solicitation.� Offers� may� be submitted on the� SF 1449, letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� offers� must� show (1)� The� solicitation� number; (2)� The time specified in the� solicitation� for receipt of� offers; (3)� The name, address, and telephone number of the� offeror; (4)� A technical description of the items being offered 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� offeror� shall� complete electronically); (9)� Acknowledgment of� Solicitation� Amendments; (10)� Past performance� information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11)� If the� offer� is not submitted on the� SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Offers� that fail to furnish required representations or information or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� offers. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� offers, 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� offers. 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 pre-award testing. (e)� Multiple� offers.� Offerors� are encouraged to submit multiple� offers� presenting alternative terms and conditions, including 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� offer� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� offers. (1)� Offerors� are responsible for submitting� offers, and any modifications, revisions, or withdrawals, 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� offers� or revisions are due. (2) (i)� Any� offer, modification, revision, or withdrawal of an� offer� received at the Government office designated in the� solicitation� after the exact time specified for receipt of� offers� is ""late"" and will not be considered unless it is received before award is made, the� Contracting Officer� determines that accepting the late� offer� would not unduly delay the� acquisition; and- (A)� If it was transmitted through an� electronic commerce� method authorized by the� solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working� day� prior to the date specified for receipt of� offers; or (B)� There is acceptable evidence to establish that it was received at the Government installation designated for receipt of� offers� and was under the Government s control prior to the time set for receipt of� offers; or (C)� If this� solicitation� is a request for proposals, it was the only proposal received. (ii)� However, a late modification of an otherwise successful� offer, that makes its terms more favorable to the Government, will be considered at any time it is received and� may� be accepted. (3)� Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the� offer� wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4)� If an� emergency� or unanticipated event interrupts normal Government processes so that� offers� cannot be received at the Government office designated for receipt of� offers� by the exact time specified in the� solicitation, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� offers� 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. (5)� Offers� may� be withdrawn by written notice received at any time before the exact time set for receipt of� offers. Oral� offers� in response to oral� solicitations� may� be withdrawn orally. If the� solicitation� authorizes facsimile� offers,� offers� may� be withdrawn via facsimile received at any time before the exact time set for receipt of� offers, subject to the conditions specified in the� solicitation� concerning facsimile� offers. An� offer� may� be withdrawn in person by an� offeror� or its authorized representative if, before the exact time set for receipt of� offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the� offer. (g)� Contract award (not applicable to Invitation for Bids). The Government intends to evaluate� offers� and award a contract without discussions with� offerors. Therefore, the� offeror s initial� offer� should� contain the� offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the� Contracting Officer� to be necessary. The Government� may� reject any or all� offers� if such action is in the public interest; accept other than the lowest� offer; and waive informalities and minor irregularities in� offers� received. (h)� Multiple awards. The Government� may� accept any item or group of items of an� offer, unless the� offeror� qualifies the� offer� by specific limitations. Unless otherwise provided in the Schedule,� offers� may� not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the� offeror� specifies otherwise in the� offer. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� offers� that exceed the� micro-purchase threshold and� offers� at or below the� micro-purchase threshold� if the� solicitation� requires the Contractor to be� registered in the System for Award Management (SAM).) The� Offeror� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Offeror's name and address. The� Offeror� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Offeror� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Offeror� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Offeror� should� indicate that it is an� offeror� for a Government contract when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Debriefing. If a post-award debriefing is given to requesting� offerors, the Government� shall� disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed� offeror s� offer. (2)� The overall evaluated cost or price and technical rating of the successful and the debriefed� offeror� and� past performance� information on the debriefed� offeror. (3)� The overall ranking of all� offerors, when any ranking was developed by the agency during source selection. (4)� A summary of the rationale for award; (5)� For� acquisitions� of� commercial products, the make and model of the product to be delivered by the successful� offeror. (6)� Reasonable responses to relevant questions posed by the debriefed� offeror� as to whether source-selection procedures set forth in the� solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) All quoters shall submit the following: All quotes shall be sent to the Contracting Officer at Jonatan.rondon@va.gov 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: Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) 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 March 24th, 2025. Email: Jonatan.rondon@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 Jonatan Rondon Jonatan.rondon@va.gov Network Contracting Office 2 VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f62f641ede734b08b14746825af4cb37/view)
- Place of Performance
- Address: VA New York Harbor Healthcare System Brooklyn Campus 800 Poly Place, Brooklyn, NY 11209, USA
- Zip Code: 11209
- Country: USA
- Zip Code: 11209
- Record
- SN07374748-F 20250319/250317230044 (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 |