Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2025 SAM #8550
SOLICITATION NOTICE

W -- Heating and Cooling | Chillers | Air Cooled Chiller Rental | 693

Notice Date
4/22/2025 8:05:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0424
 
Response Due
3/21/2025 9:00:00 AM
 
Archive Date
05/20/2025
 
Point of Contact
Jennifer Beiswenger, Contract Specialist, Phone: 814-943-8164 x4323
 
E-Mail Address
jennifer.beiswenger@va.gov
(jennifer.beiswenger@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 items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and another written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24425Q0424. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 effective 17 January 2025, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is an SDVOSB set-aside. The NAICS Code is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing and the business size standard is $35 million. The Contracting Office is seeking to establish an order for mobile chiller and generator rental to support the Wilkes Barre, PA VAMC. The Contractor shall furnish all necessary labor, materials, equipment, and supervision to supplement the existing main chiller system during the upcoming cooling season. This will be accomplished by connecting air-cooled stand-alone chillers to the existing taps. The requirement will be for a period of seven (7) months. Estimated period of performance will be April 1, 2024, to October 31, 2024. All offerors are advised to thoroughly read submission instructions as there are very specific instructions as what is required to be provided. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation. The offeror is responsible for any quote preparation and/or submission costs. The anticipated Contract will be a Firm-Fixed Price single award. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Questions about RFQ 36C24425Q0424 must be submitted via email to Contract Specialist, Jennifer Beiswenger, at jennifer.beiswenger@va.gov no later than 12:00 PM EST, Thursday , March 13, 2025. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. Quotes shall be submitted to Contract Specialist, Jennifer Beiswenger via email, at jennifer.beiswenger@va.gov, NLT 12:00 PM EST, Friday, March 21, 2025. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may automatically be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory Page limit: None 1) Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. Vendors are advised that the requirements of 13 CFR ยง 125.6 may be applicable to this solicitation and shall respond accordingly. The vendor shall include a breakdown regarding what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and SAM UEI number. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. Quoters must include the solicitation number; The deadline specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; The SAM Unique Entity Identifier (UEI); and include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Completed Certificate of Compliance for Services and Construction 852.219-75 shall be submitted. Failure to complete and submit this certification will automatically result in a non-responsive determination and no further consideration for award. In accordance with VAAR 819.7003(3) offerors must be registered in Veteran Small Business Certification (VetCert) run by the U.S. Small Business Administration database at time of quote submission and time of award. Registration may be done online at: https://veterans.certify.sba.gov/ C. Section II Technical. Page limit: 10 pages including any coversheets and table of contents. 1) Vendors shall provide a narrative which fully demonstrates how the offeror intends to meet the requirements of the Statement of Work (SOW). This narrative shall not be a direct copy of the SOW.The following should also be submitted: a) Narrative to explain how emergency and urgent service calls will be staffed IAW SOWs. Since response time is critical to this requirement, this narrative shall also address how the contractor will meet the response time. b) Narrative that addresses the Qualifications addressed in the SOW. D. Section III Past Performance. Page Limit: 4 pages including any coversheets The quoter shall provide detailed narratives for at least three similar projects in scope and scale completed within the last 3 years by the Prime Contractor. The narratives shall include a detailed description of the work completed, to include coordination with any subcontractors and/or suppliers. It shall also describe how the work was accomplished, the outcome of the work completed, and the dollar value of the work. In the case that an offeror does not have a record of relevant past performance, or if information on past performance is not available, the offeror will include a statement indicating so in this section. E. Section IV Price No page limit. Please note, this section is not sent to the technical evaluators. Failure to follow these instructors may result in a non-responsive determination. Vendors shall include: 1) Completed Schedule Pricing as shown in solicitation documents. Quoters shall not modify line items or quantities. Pricing may only reflect two decimal places. Pricing per unit and total per line are required as well as contract total. II. 52.212-2 - Evaluation of Quotations Offers IAW FAR 13.106-2(b)(3) Quotes will be evaluated in accordance with the criteria set forth below. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror. Quotes will be comparatively evaluated in accordance with FAR 13.106-2(b)(3). Quotes will be reviewed for completeness and for compliance with the solicitation before the comparative evaluation analysis. Only complete quotes in compliance with the solicitation will be comparatively evaluated based on the following sections of each quote s submittals: Technical, Past Performance, and Price. Any offeror without a record of relevant past performance will not be evaluated favorably or unfavorably in that portion of the evaluation. Comparative Evaluation Process: Quotes will be directly compared with another in a uniform and fair manner to determine which quote provides the government the best value in terms of Technical, Past Performance, and Price. Quotes will be evaluated in no preference or order. After evaluating two quotes side by side and determining one to provide the best value, it will then be compared side by side with the next quote until all complete and compliant quotes have been evaluated and one quote is determined to provide the best value to the government. Award will be made to the responsible offeror who provides the best value to the government at a price which can be determined as reasonable
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49c5ae50c58044038fedabd4b14488ce/view)
 
Place of Performance
Address: Wilkes-Barre VAMC 1111 East End Blvd., Wilkes-Barre 18711
Zip Code: 18711
 
Record
SN07417001-F 20250424/250422230041 (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.