Advertisement Tenders
Advertisement Tenders
U S COAST GUARD USA Tender
Others
United States
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued.
the Solicitation Number Is 37130pr250000028
applicable North American Industry Classification Standard (naics) Codes Are: 332618
other Fabricated Wire Product Manufacturing
this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15
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, Best Value.
when Submitting Your Proposals, Request A Price Breakdown Of The Following:
a. Cost Of Labor And Supervision
b. Cost Of Materials And Equipment Needed To Perform The Work.
prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work.
contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award.
anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025
***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil
quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer Procurement & Contracting Miami
16001 Sw 117th Ave
miami, Fl 33177
telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace)
wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024
****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project.
(poc Information Is Below)
email: Malcolm.e.holmes@uscg.mil
phone: (727) 824-7584
location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island
600 8th Ave. Se
st. Petersburg, Fl 33701
point Of Contact
the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil
the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance.
performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025
q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These
q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation.
xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For
uscg Sector St. Petersburg
600 8th Ave. Se
st. Petersburg, Fl 33701
and
marine Safety Office Davis Island
1301 Beach Dr. Se,
st Petersburg, Fl 33701.
part 1 General
intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario.
scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also
include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow.
continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative.
government Furnished Materials: None
part 2 Performance Standards
1. Performance Requirements: Contractor Shall Provide The Following Services:
a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island
b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier
c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier
d. All Work Working Equipment Will Be Return To The Unit
e. All Damage Equipment Will Be Deposal Of By Contractor.
f. Testing Of Installed Equipment At Davis Island.
2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work.
a. Site Assessment:
1) Conduct A Thorough Assessment Of The Installation Site.
2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil
3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services.
dcc Timothy Bakels
email: Timothy.g.bakels@uscg.mil
(727) 824-7599
emc Malcolm Holmes
email: Malcolm.e.holmes@uscg.mil
(727) 824-7584
4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations
concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents.
5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification.
6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract.
7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer.
8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws.
9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner.
10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress.
11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work.
12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others.
13. 15. Safety Requirements:
14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work.
15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer.
16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work
applicable Far Clauses
52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023)
52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024)
52.212-4 Contract Terms And Conditions—commercial Items (oct 2018)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023)
52.222-41 Service Contract Labor Standards (aug 2018)
work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized.
see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov.
request Company’s Tax Id Information And Uei Number.
vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Philippine Commission On Women Tender
Software and IT Solutions
Philippines
Details: Description Item Specification Statement Of Compliance Desktop Computers (10units) Processor: Intel Core I5-13400, 10c (6p + 4e) / 16t, P-core 2.5 / 4.6ghz, E-core 1.8 / 3.3ghz, 20mb Or Higher Operating System: Windows 11 Home Graphics: Integrated Intel Uhd Graphics 730 Chipset: Intel B660 Chipset Memory: 16gb Ddr 4 (2x 8gb Udimm Ddr4-3200) With Up To 32gb Expandability Storage: 512gb Ssd M.2 2280 Pcie 4.0x4 Nvme, With Support For Additional Storage Connectivity: Ethernet Integrated 100/1000m Wlan + Bluetooth: Wi-fi 6, 11ax 2x2 + Bt5.1 Ports: (front) Front Ports 2x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer And 5v@3a Charging) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Microphone (3.5mm) (rear) 1x Hdmi 2.1 Tmds 1x Vga 2x Usb 2.0 2x Usb 3.2 Gen 1 1x Ethernet (rj-45) 1x Audio-out (3.5mm) Ethernet: Integrated 10/100/1000m (gigabit Ethernet) Audio: Realtek Alc623-cg Codec Peripherals: Wired Usb Keyboard And Mouse Warranty: 3 Years Estimated Price: Less Than Php 50,000.00 Each Unit Laptop Computers (70units) Processor: Intel Core I7-1255u, 10c (2p +8e) / 12t, P-core 1.7 / 4.7ghz, E-core 1.2 / 3.5ghz, 12mb Or Higher Graphics: Integrated Intel Iris Xe Graphics Chipset: Intel Soc Platform Memory: 16gb (8gb Soldered + 8gb So-dimm) Ddr4-3200 Offering Memory Slots: One Memory Soldered To Systemboard, One Ddr4 So-dimm Slot, Dual-channel Capable Storage: 512gb Ssd M.2 2280 Pcie 3.0x4 Nvme Storage Support: Model With 45wh Battery: One Drive, 1x M.2 Ssd M.2 2242 Ssd Up To 1tb M.2 2280 Ssd Up To 1tb Storage Slot: Model With 45wh Battery: One M.2 Slot One M.2 2280 Pcie Gen 4x4 Slot, Supports M.2 2242/2280 Ssd Card Reader: 4-in-1 Card Reader Optical: None Audio Chip: High Definition (hd) Audio Speakers: Stereo Speakers, 1.5w X2, Dolby Audio Camera: Hd 720p With Privacy Shutter Microphone: 2x, Array Battery: Integrated 45wh Max Battery Life: Model With 45wh Battery: Mobilemark 2018: 6 Hr Local Video (1080p) Playback@150nits: 10 Hr Power Adapter: 65w Round Tip (3-pin) Design Display: 15.6" Fhd (1920x1080) Ips 300nits Anti-glare Touchscreen: None Keyboard: Backlit, English Case Color: Arctic Grey Surface Treatment: Imr (in-mold Decoration By Roller) Case Material: Pc + Abs (top), Pc + Abs (bottom) Dimensions (wxdxh) 359.2 X 236.5 X 19.9 Mm (14.14 X 9.31 X 0.78 Inches) Weight Starting At 1.63 Kg (3.59 Lbs) Software Operating System: Windows 11 Home 64, English Bundled Software: Office Home And Student 2021 Connectivity Ethernet: None Wlan + Bluetooth Wi-fi 6 11ax, 2x2 + Bt5.2 Standard Ports 1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0, And Displayport 1.2) 1x Hdmi 1.4b 1x Card Reader 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector Warranty: 3 Years Estimated Price: Less Than Php 50,000.00 Each Unit Office Productivity Software – 50pcs Microsoft Office 2021 Ltsc Standard (windows) - Perpetual License Word 2021 Excel 2021 Powerpoint 2021 Outlook 2021 Publisher 2021 Onenote Document Scanner – 2units Document Scanner Scanner Type: Flatbed Color Image Scanner With Adf Photoelectric Device:1200 Dpi Color 4 Line Ccd Sensor (rgb And Black) Optical Resolution: Flatbed: 1200 Dpi / Adf: 600 Dpi Adf: 600 X 600 Dpi Micro Step Drive Technology Maximum Resolution:1200 Flatbed And 600 Dpi Adf Color Bit Depth:48-bits Per Pixel Internal / 24-bit External Grayscale Bit Depth:16-bits Per Pixel Internal / 8-bit External Optical Sensor:1200 Dpi 4 Line Color Ccd Line Sensor (rgb & Black) Maximum Scan Area: Flatbed 21.5 Cm X 29.7 Cm, Adf 21.5 Cm X 101.6 Cm Light Source:readyscan Led Scanning Speed: 200 Dpi B/w: Up To 25 Ppm / 50 Ipm With Adf Color: Up To 25 Ppm / 50 Ipm With Adf 300 Dpi B/w: Up To 25 Ppm / 50 Ipm With Adf Color: Up To 25 Ppm / 50 Ipm With Adf 600 Dpi B/w: Up To 6 Ppm / 12 Ipm With Adf Color: Up To 4 Ppm / 8 Ipm With Adf Capacity:100 Pages (80 G/m2) Type:sheet Fed 1-pass Duplex Scanning Document Sizes: A4, Letter, Legal, B5, A5 Max. Size 8.5" X 40" Min. Size 4" X 6" Paper Weight:thickness 50 To 128 G/m2 Operating Systems: Windows 11, Windows 10, Windows® 8, Windows 7, Mac Os® X 10.5.x, 10.6.x, 10.7.x, 10.8.x Warranty: 2 Years Network Printer, Monochrome – 4units Printing Technology: Laser Print Resolution: 1200 X 1200 Dpi Print Speed: 45 Ppm First Print Out Time: 5.9 Seconds (black) Duplex Printing: Yes Monthly Duty Cycle: 7500 Pages (recommended) Interface: Rj45, Usb Type-b Warranty: 2 Years Network Access Point – 9units Network Access Point Network Access Point Device Mechanical Dimensions: Ø197 X 35 Mm (ø7.76 X 1.38") Weight: Without Mount: 460 G (1.01 Lb) With Mount: 600 G (1.32 Lb) Enclosure Material Plastic Mount Material Sgcc Steel Weatherproofing Ip54 Hardware Management Interfaces Ethernet Bluetooth Networking Interface (1) Gbe Rj45 Port Button Factory Reset Led White/blue Power Method Poe+ Power Supply Unifi Poe Switch 48v, 0.5a Poe Adapter (optional) Supported Voltage Range 44 To 57vdc Max. Power Consumption 13w Max. Tx Power 2.4 Ghz 22 Dbm 5 Ghz 26 Dbm Mimo 2.4 Ghz 2 X 2 (ul Mu-mimo) 5 Ghz 4 X 4 (dl/ul Mu-mimo) Throughput Rate 2.4 Ghz 573.5 Mbps 5 Ghz 4.8 Gbps Antenna Gain 2.4 Ghz 4 Dbi 5 Ghz 6 Dbi Mounting Wall/ceiling (included) Operating Temperature -30 To 60° C (-22 To 140° F) Operating Humidity 5 - 95% Noncondensing Certifications Ce, Fcc, Ic, Mic Software Wifi Standards 802.11a/b/g Wifi 4/wifi 5/wifi 6 Wireless Security Wpa-psk, Wpa-enterprise (wpa/wpa2/wpa3) Bssid 8 Per Radio Vlan 802.1q Advanced Qos Per-user Rate Limiting Guest Traffic Isolation Supported Concurrent Clients 300+ Zero Wait Dfs Yes* *supported With Upcoming Supported Data Rates 802.11a 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11b 1, 2, 5.5, 11 Mbps 802.11g 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11n (wifi 4) 6.5 Mbps To 600 Mbps (mcs0 - Mcs31, Ht 20/40) 802.11ac (wifi 5) 6.5 Mbps To 3.4 Gbps (mcs0 - Mcs9 Nss1/2/3/4, Vht 20/40/80/160) 802.11ax (wifi 6) 7.3 Mbps To 4.8 Gbps (mcs0 - Mcs11 Nss1/2/3/4, He 20/40/80/160) Warranty: 2 Years Network Printer, Colored – 2units Functions: Print Print Speed Black (iso, A4): Up To 27 Ppm Print Speed Color (iso): Up To 27 Ppm Print Speed Duplex (a4): Up To 24 Ipm Print Speed Duplex (a4): Up To 24 Ipm Print Colors: Yes Wireless Capability: Yes, Built-in Dual-band Wi-fi; Authentication Via Wep, Wpa/wpa2, Wpa Enterprise; Encryption Via Aes Or Tkip; Wps; Wi-fi Direct; Bluetooth Low-energy Warranty: 2 Years Floor Stand Display Advertising Digital Signage General Size: L760 *w400*h1909 Mm (for Model 43") Colour: Black /white Os Support: Win7/10, Android 6.0 And Higher Version Cpu: Rk3188 Ram: 1gb Memory: 8gb Video Format Supported: Mpeg1/mpeg2/mpeg4/divx/asp/wmv/avi Control Method: Software Control Hdmi: Out/in Display Display Type: Led 55” Max Resolution: 1920*1080 Uhd Aspect Ratio: 16:9 Brightness: 450cd/m2 Panel Life: 50000hours Contrast Ratio: 1100:1 Response Time: 12ms Visual Angle: 178°/178° Display Colors: 16:7m Tempered Glass: 4mm Tempered Glass Glass Transmittance: 95% Screen Type Type: No Touch Enclosure: Material: Spcc Surface: Powder Coated Interface Dc Input X1,(12v; 3.0a) Hdmi Input X1 Rj45 X1 Usb Otg X1 Usb Host X1 Tf Card X1,(max. Support Extend : 64gb Application Working Temperature: 0°c~40°c Storage Temperature: -20°c~60°c Application: Indoor Accessories Remote Control X1 Key X1 Antenna X1(standard Comes With High-end And Middle-end Model) User Manual X1 Warranty: 2 Years [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.]
Closing Date12 Feb 2025
Tender AmountPHP 6.3 Million (USD 110.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: Combined Refrigerator / Freezers
this Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. This Commercial Item Is Being Conducted Under Far Part 13 Simplified Acquisition Procedures. Va Will Conduct The Procurement According Of Far Part 12 Acquisition Of Commercial Items And Far Part 13 Simplified Acquisition Procedures.
solicitation Number 36c24w25q0029. This Solicitation Is Issued As A Request For Quotation (rfq). The Government Requires That All Contractors Doing Business With This Office Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company That Is Not Registered In Sam. For Additional Information And To Register In Sam, Access The Website At Https://ww.sam.gov/. Please Ensure Representations And Certifications Are Complete To Allow Contracting Officers To Determine Your Business Size And Any Additional Socio-economic Categories, If Applicable.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular: 2025-03, 01/17/2025.
this Is A Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. Naics Code 335220 Business Size: 1500 Employees
item
no.
description
quantity
unit
estimated Unit
cost
1
Lab Refrigerator / Freezer Combination Unit
combination Lab Refrigerator/freezer
18 Cubic Ft Capacity
temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control
refrigerant: R290
2 Doors
2 Adjustable Shelves Each In Refrigerator And Freezer
stainless Steel
automatic Defrost
locking Casters
exterior Dimensions: Approximately 27.5 X 34 X 84
electrical Requirements: 115v/60 Hz
must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples
1
ea
2
Lab Refrigerator / Freezer Combination Unit
combination Lab Refrigerator/freezer
18 Cubic Ft Capacity
temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control
refrigerant: R290
2 Doors
2 Adjustable Shelves Each In Refrigerator And Freezer
stainless Steel
automatic Defrost
locking Casters
exterior Dimensions: Approximately 27.5 X 34 X 84
electrical Requirements: 115v/60 Hz
must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples
2
ea
description Of Item: Brand Name Or Equal: Combination Refrigerator / Freezers For Castle Rock Outpatient Clinic
date And Place Of Delivery: Items Needs To Be Delivered And Or Installed After Receipt Of Purchase Order No Later Than February 28, 2025 To:
department Of Veterans Affairs
lt. Col. John W. Mosley Va Clinic
castle Rock Outpatient Clinic
1700 N. Wheeling Street
aurora, Co 80045
delivery Shall Be Freight On Board (fob)- Destination. The Vendor Is Required To Define The Need For A Staging Area To Accommodate Item Delivery, If Needed. Post-award, This Information Will Be Confirmed With The Vendor. The Delivery Of Items Identified In This Document Shall Take Place During Normal Business Hours Which Are Defined As: 0800 To 1500 (i.e.: 8:00am To 3:00pm Pacific Standard Time), Monday Through Friday, And Excluding Federal Holidays. Labeling Of Delivered Items Shall Include The Va Facilities Contract Number And Va Purchase Order Number For Identification And Reference Upon Receipt Of Product.
if The Vendor Requires The Use Of The Government S Activation Contractor S Warehouse To Meet The Requirements Of This Contract The Vendor Must Provide A Certificate Of Insurance Prior To The Delivery And Offloading Of The Item(s). This Insurance Certificate Must Be Completed And Presented To The Activation Contractor Prior To Delivery. The Vendor Shall Communicate Through The Va Poc Any Required Coordination Requirements. The Vendor Shall Provide A Completed Va Form 6550 With Submittal Documents For Any And All Item(s) That May Connect To The Va Network And Medical Devices That Store Sensitive Patient Information.
far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1 Instructions To Offerors Commercial.
instructions To Offerors
evaluation Factors For Award
quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst).
email Quotes To Ullainee.fowler@va.gov
point Of Contact:
ullainee Fowler
contract Administrator
regional Procurement Office West (rpo West)
3237 Peacekeeper Way
building 200 Suite 204
mcclellan Park, Ca 95652
phone: 210-694-6330
ullainee.fowler@va.gov
i. Offer Submittal Instructions:
contractor S Administration Data
company Name
contact Person
title
address
city/state/zip
phone
fax
e-mail
tax Id No
unique Entity Identifier (eui)
provide A Complete Quote Per Line Items (v) And (vi) Listed Above.
acknowledge Any And All Amendments To Solicitations.
complete And Return Provision 52.212-3 With Quote. Offerors May Either (1) Complete All Relevant Portions Of The Provision Or (2) Complete Paragraph (b) Of The Provision And Indicate That It Has Completed Official Representations And Certifications Online Through Www.sam.gov
contract Pricing And Delivery Period: All Pricing Shall Be Invoiced Based On Price Schedule And The Salient Characteristics.
offeror Shall Submit Information Supporting Past Performance In Providing Combination Refrigerator/ Freezers, Accessories As Listed In The Statement Of Work.
subject Line Of E-mail Shall Be Quote 36c24w25q0029 Combination Refrigerator / Freezers
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.
failure To Submit A Complete Offer May Result In An Unacceptable Determination. Late Submissions Will Be Set-aside As Unacceptable And Will Be Evaluated Only If It Benefits The Government.
far 52.212-2, Evaluation Simplified Acquisition Procedures (nov 2021), Applies To This Acquisition.
the Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance.
basis For Award: The Government Will Select The Offeror That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. Following Receipt Of Offers, The Government Will Perform A Comparative Evaluation, In Accordance With Far 13.106-2(4)(ii) Of The Proposed Services. The Government Will Compare Offers To One Another To Select The Service That Best Benefits The Government By Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In This Request For Quote Will Determine Suitability.
the Government Intends To Award A Purchase Order Resulting From This Solicitation To The Vendor, Who Can Provide The Supplies To Meet This Requirement. This Is A Competitive Comparative Analysis Selection In Which Competing Offeror S Past Performance, Technical And Price Will Be Evaluated To Determine Who Represents The Greatest Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. By Submission Of Its Offer, The Offeror Accedes To All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement Or Inability To Perform Or Provide All Goods And Services Requested Shall Result In An Offer Being Determined Technically Incapable. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows:
following Receipt Of Quotes, The Government Will Perform A Comparative Analysis Of The Goods And Services Quoted. The Government Will Compare Quotes To One Another To Select The Vendor That Best Benefits The Government In Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In The Request For Quote Will Determine Suitability.
the Government Will Evaluate Quotes For Award Purposes Using The Following Factors:
1) Past Performance
2) Technical Capability
3) Price
factor 1: Past Performance The Contractor Shall Provide The Following Documentation With Their Offer:
two (2) References From Comparable Government Contracts Or Successful Commercial Contracts For Refrigeration Equipment.
factor 2: Technical Capability The Contractor Shall Provide The Following Documentation With Their Offer:
capability Statement, Maximum 2 Pages Which Can Validate Technical Capability: Capability Statement Should Include A Description Of Technical Approach, Dimensions To Ensure The Proper Fit, And Techniques To Provide The Salient Characteristics Promptly And Expertly.
factor 3: Price The Contractor Shall Provide The Following Documentation With Their Offer:
pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule. Please Ensure Unit Price And Total Amounts Are Correct.
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.
prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable.
52.212-3, Offerors Are To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer.
far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition, As Well As The Following Addenda:
52.252-2 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):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
52.204-13 System For Award Management Maintenance
52.204-18 Commercial And Government Entity Code Maintenance
(end Of Addendum To 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Items, Applies To This Acquisition.
52.203-17, Contractor Employee Whistleblower Rights (nov 2023)
52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204 27, Prohibition On A Bytedance Covered Application (jun 2023)
52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023)
52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021)
52.219 28, Post-award Small Business Program Representation (sep 2023)
52.222 19, Child Labor Cooperation With Authorities And Remedies (nov 2023)
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222 26, Equal Opportunity (sep 2016)
52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-50, Combating Trafficking In Persons (nov 2021)
52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023)
52.225-13, Restrictions On Certain Foreign Purchases (feb 2021)
52.226 8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
52.229 12, Tax On Certain Foreign Procurements (feb 2021)
52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018)
vaar Clauses
852.203-70 Commercial Advertising (may 2018)
the Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services.
(end Of Clause)
b) 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And
(v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)).
(5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102).
(b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128.
(1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70.
(d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multiple Award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Los Certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract.
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
[] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
[] By The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment).
(end Of Clause)
c) 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(l)(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:
(i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Nonmanufacturer 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 Sdvosb/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 Fillin 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.
[ ] 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. [contracting Officer Fill-in Or Removal (see 13 Cfr 121.1205). This Requirement Must Be Included For A Single End Item. However, If Sba Has Issued An Applicable Waiver Of The Nonmanufacturer Rule For The End Item, This Requirement Must Be Removed In The Final Solicitation Or Contract.] Or [contracting Officer Tailor Clause To Remove One Or Other Block Under Subparagraph (iii).]
[ ] 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. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.]
(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)
d) 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
(a) Definitions. As Used In This Clause
(1) Contract Financing Payment Has The Meaning Given In Far 32.001;
(2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment;
(3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests;
(4) Invoice Payment Has The Meaning Given In Far 32.001; And
(5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract.
(b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required.
(c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following:
(1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract.
(2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi).
(d) Invoice Requirements. Invoices Shall Comply With Far 32.905.
(e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For
(1) Awards Made To Foreign Vendors For Work Performed Outside The United States;
(2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information;
(3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies;
(4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or
(5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above.
(end Of Clause)
e) Vaar 852.242-71 Administrative Contracting Officer (oct 2020)
The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
f) 852.246-71 Rejected Goods (oct 2018)
(a) Supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor S Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor.
(b) Perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products.
(end Of Clause)
the Submission Date And Time Of Proposals Are As Follows:
quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst).
email Only: Ullainee.fowler@va.gov
see Attached Sow-salient Characteristics
Closing Date28 Jan 2025
Tender AmountUSD 39.6 K
This is an estimated amount, exact amount may vary.
Court Of Appeals Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle (1 Lot) Amp-016-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Replacement Tires For Toyota Fortuner ₱64,000.002 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 18, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) Original Notarized Secretary’s Certificate (annex “b”) And If Applicable, In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Must Be Duly Signed And Dated By The Authorized Technical Specifications Representative. Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate3 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-016-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. = 1 Item Description = Replacement Tires For Toyota Fortuner Qty = 4 Pieces Unit Cost Total Price Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicles (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Sixty-four Thousand Pesos (php64,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Supply And Delivery Of Replacement Tires For Toyota Fortuner Quantity: Four (4) Pieces Type: Highway Terrain (h/t) Tire Size: 265/65 R17 Speed Rating: H Load Index: (min.) 108 Ply: (min.) 6 Ply Construction: Radial Tubeless (light Truck Radial) Warranty: (min.) Seven (7) Years Warranty Against Any Factory Defect Date Code: Manufactured Within Twelve (12) Months Prior To Delivery. Includes Free Installation, Balancing And Alignment Of New Tires. Other Supplementary Requirements: The Following Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof: Certification From The Bidder With Verifiable Proof Such As, But Not Limited To, Sales Invoice, Official Receipt, Advertisements, Publications And Other Similar Documents That The Brand Being Offered Has Been In The Philippine Market For At Least Fifteen (15) Continuous Years Before The Submission And Receipt Of Bids Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date18 Feb 2025
Tender AmountPHP 64 K (USD 1.1 K)
DEFENSE LOGISTICS AGENCY USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Amendment 0013 Change Proposal Due Date To 26 February 2025. _______________________________________________________________________
amendment 0012 Change Proposal Due Date To 18 February 2025. _______________________________________________________________________
amendment 0011 To Solicitation Sprra224r0016 Is To Update The Estimated Annual Demand For Circuit Card Assembly Nsn: 5998-01-497-3340, Part# 13508140, From A Quantity Of 10 Each To 41 Each. _______________________________________________________________________
amendment 0010 Change Proposal Due Date To 23 January 2025. _______________________________________________________________________
amendment 0009 Change Proposal Due Date To 11 December 2024. _______________________________________________________________________
amendment 0008 Change Proposal Due Date To 21 November 2024. _______________________________________________________________________
amendment 0007 Change Proposal Due Date To 7 November 2024. _______________________________________________________________________
amendment 0006 Change Proposal Due Date To 31 October 2024. _______________________________________________________________________
amendment 0005 Change Proposal Due Date To 10 October 2024. _______________________________________________________________________
amendment 0004 Change Proposal Due Date To 26 September 2024. _______________________________________________________________________
amendment 0003 Change Proposal Due Date To 12 September 2024. _______________________________________________________________________
amendment 0002 Change Proposal Due Date To 24 July 2024. _______________________________________________________________________
sprra224r0016 Proposal Due Date Is Extended From 29 April 2024 To 20 June 2024.
____________________
the Defense Logistics Agency (dla) Is Issuing Solicitation Sprra224r0016 To Add Parts To The New
subsumable Contract To The Captains Of Industry (coi) Contract, Spe4ax-22-d-9000 (dla Huntsville
spares) For Fiscal Years, 2025 (fy25) Through 2027 (fy27).
the Subsumable Contract Will Fall Under The Lockheed Martin Coi / Umbrella Contract, Spe4ax22d9000.
these Parts Will Support The Patriot Missile Weapon System.
this Is A Sole Sourced Requirement And As Such Is Being Procured In Accordance With Far 6.302-1(a)(2); “…only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.”
cost And Pricing
proposal Content/cost/price Supporting Documentation. At A Minimum, Offeror Proposal Shall Include
the Following:
the Government Contemplates Firm-fixed-pricing (ffp) For This Effort In Accordance With The
overarching Basic Contract, And Requests Pricing For Three (3) Years. This Is An Rfp For Part Number
support Requirements Generated By The Army Aviation And Missile Command (amcom) Logistics
center (alc) Project Offices Used On The Patriot Missile Weapon System.
the Offeror Shall Prepare One Summary Schedule. Along With The Summary Schedule, The Offeror Shall
provide Fully Supportable Cost Data Which Substantiates The Offeror’s Summary Schedule For The P/ns.
submission Must Include Working Excel Files With Applicable Excel Formulas, Showing Direct Cost Inputs
and Building To The Proposed Cost. Files Are Required At Every Level, To Include Inter-organizational Work (if
applicable). Submission Shall Be In Accordance With Far 15.408, Table 15-2, Instructions For Submitting
cost/price Proposals When Certified Cost Or Pricing Data Are Required. Back Up Documentation Shall
detail The Labor Categories To Be Used, Labor Hours Proposed By Category, Material And Equipment Cost, And A Total Cost Breakdown. The Offeror Shall Also Provide Supporting Cost/price Documentation For All
proposed Subcontractors, To Include The Proposed Type Of Subcontract.
to Comply With This Solicitation, The Offeror Is Required To Price Fiscal Years 2025 - 2027 (fy25-27).
items, And The Possibility Of More In The Future, Will Be Repriced Again At The End Of Fy27.
far 15.408, Table 15-2 Requires Prime Contractors And Higher Tiered Subcontractors To Conduct Price
analysis Of All Subcontractor Proposals And A Cost Analysis Of Each Subcontractor Proposal For Which
certified Cost Or Pricing Data Is Required. Fair And Reasonable Subcontractor Analysis In Accordance With
far 15.404-3(b) Subcontract Pricing Considerations Shall Accompany Proposal Submission.
an Un-sanitized Cost Breakdown (all Cost Information, Rates/dollars) Shall Also Be Provided In A Microsoft
excel File.
in Support Of The Proposed Indirect Expense Rates, Inter-organizational Transfers (iots) And Its
subcontractor(s) Shall Provide Documentation Of The Most Recent Indirect Expense Rates, To Include, At
least One Of The Following:
Forward Pricing Rate Agreements (fpras) With Dcaa Or Dcma.
Forward Pricing Rate Recommendations (fprr) From Dcaa Or Dcma.
Forward Pricing Rate Proposal (fprp), Approved Provisional Rates Proposal Or Other Statement
of Current Rates Including Three (3) Years Of Incurred Cost Submissions To Dcaa Detailing Pools
and Bases (by Expense Accounts) Information Which Validates The Calculations Or Three (3) Years
historical Actual Detailing Pools And Bases (by Expense Accounts) Information Which Validates The
calculations.
note: The Rates Reflected In The Fpra, Fprr, Fprp, Approved Provisional Rates Proposal Or Other
statement Of Current Rates Shall Directly Match The Proposed Rates As Detailed In The Proposal. If The Rates Do Not Match, The Offeror Shall Provide Sufficient Detail Explaining How The Proposed Rates Are Realistic.
identify Key Business Unit Personnel Related To Contracting, Technical And Pricing Questions And Known
dcma Or Dcaa Business Unit Points Of Contact (pocs) To Expedite The Question/review Process.
in Accordance With Far Clause 52.215-22, Limitation On Pass-through Charges, If Offeror Intends To
subcontract More Than 70 Percent Of The Total Cost Of Work To Be Performed Under The Resulting Add-on,
offeror Shall Identify In Its Proposal A Description Of The Value-added Provided By Offeror As Related To The
work To Be Performed By The Subcontractor(s) As Defined By Far Clause 52.215-22.
offeror Shall Identify And Address In Its Proposal All Actual Or Potential Organizational Conflicts Of
interests (ocis), Per Far 9.5, Or State That There Are No Known Potential Ocis. If Any Actual Or Potential
ocis Are Identified, Then Offeror Shall Submit A Mitigation Plan.
no Assumptions, Terms, Conditions, Caveats Or Exceptions Submitted Within Offeror Proposal, In Response
to This Rfp, Will Be Accepted Or Incorporated Into The Basic Contract. All Assumptions Shall Be Addressed
and/or Resolved Through The Use Of The Question-and-answer Period.
offeror Shall Submit Their Subcontracting Plan With Their Proposal As A Separate Document. The Subcontract
shall Be Incorporated By Reference And Made A Part Of The Final Award. The Subcontract Will Be Used To
ensure Offeror Is On Track To Meet The Goals Established In The Base Contract.
additional Considerations
containers - The Government Did Not Provide Separate Subcontract Line Item Numbers (slins) To
accommodate Items That May Require Reusable Shipping Containers. However, If An Item Requires A
reusable Shipping Container, A Slin May Be Added To Allow The Offeror To Price The Item With A Shipping
container. The Offeror Shall Propose The Most Expeditious Delivery Schedule For Each Item.
first Article Test (fat) May Be Required, If So, The Requirement Will Be Included On The Applicable
delivery Orders. When Required, Fat Must Be Separately Priced. The Offeror May Submit A Request For
fat Waiver; However, Fat May Be Included On The Award In Anticipation Of The Requirement On Future
orders. Upon Receipt Of The Fat Waiver Request, Dla Will Submit Documentation To Srd For Evaluation
and Technical Consideration.
economic Order Quantities (eoqs) Shall Be Proposed By The Contractor To Ensure Optimal Ordering
quantities. The Eoq Information Requested In This Narrative, Is Being Solicited To Avoid Acquisitions In
disadvantageous Quantities And To Assist The Government In Developing Data For Current And Future
acquisitions Of This Item/these Items. The Government Anticipates The Offeror’s Proposal (in View Of
market Research, Historical Awards, The Nature Of The Item(s) Being Solicited, And The Current Economic
environment) Will Include Quantities/ranges That Will Vary From Those Being Solicited. The Solicited
quantities Are Based On Estimated Annual Demands And As Such Government Reserves The Right To Award The
most Advantageous Quantities &/or Ranges.
evaluation Criteria - Minimum Technical Requirements. To Be Technically Acceptable And Thus, Eligible For
award, A Proposal Must Conform To All Solicitation Requirements, Such As Terms And Conditions,
representations And Certifications, And Technical Requirements Provided Within All Sections Of This
solicitation And/or Within Its Attached Addenda. Proposals Receiving A Technical Rating Of “unacceptable”
will Be Ineligible For Award.
price
in Addition To Meeting The Solicitation’s Technical And Quantity Increment Or Range
requirements Above And Cost And Pricing Requirements Below, The Government Will Evaluate A Proposal’s
pricing For Reasonableness. Evaluation Of A Proposal's Pricing Will Not Obligate The Government To Order
the Estimated Quantities Or To Distribute Orders In The Manner Evaluated. The Government May Reject A
proposal As “unacceptable” If Its Pricing Is Determined To Be Materially Unbalanced.
cost And Pricing Data. Offerors Must Provide All Cost Or Pricing Information Required By Far
15.4. Failure Of A Proposal To Provide Cost Or Pricing Information Required By Far 15.4 Will Result In Said
proposal Being Deemed Unacceptable, And Thus, Ineligible For Award.
pdqr - The Product Quality Deficiency Report Program (army Regulation 702-7) Will Be Used When
contractors: 1) Deliver Deficient Items Or 2) Receive Deficient Items From A Dod Supply Chain In Support Of
army Requirements. When Requested, The Contractor Shall Assist The Cognizant Contract Administration
office In Evaluating Pqdrs And Exhibits For Defects Reported On Items Manufactured Under This Contract
to Determine The Root Cause For Deficiencies. Corrective Action And Preventative Action To Preclude
recurrence Of Discrepancies Shall Be An Integral Part Of The Contractor’s Quality Program. These Defects
may Be Reported From Any Dod Activity That Discovers A Defective Item.
ranges - Offerors Are Requested For Increments Or Ranges Of Quantities As Listed In The Attachment. The
awarded Quantity, Or Quantities In The Case Of Multiple Items, Will Be Based On The Requirements Of The
government And The Combination Of Price And Quantity Per Item That Is The Most Advantageous To The
government. Quantity Increments Shall Consist Of A Primary Amount And Alternate Amounts Based On
incremental Increases. The Quantity Awarded Will Be Either The Full Primary, Or One Of The Alternate
quantities. Quantity Ranges Consist Of A Specific Series Of Ranges. The Quantity Awarded May Fall Anywhere
within Range. If This Is A Request For Quote (rfq) Or A Request For Proposal (rfp), An Offer That Only
contains Prices For Quantities Other Than Those Quantities Indicated In The Schedule Of Supplies Or Services
may Be Precluded From Consideration For Award If The Contracting Officer Elects To Make An Award Without
discussion Of Proposals.
the Contract Quantity Range Shall Be Determined By The Total Quantity At The Time Of Delivery
awarded. There Shall Be No Downward Adjustment To An Already Awarded Delivery Order Regardless Of If
another Delivery Order Is Awarded In The Same Ordering Period. For Example, One Delivery Order Quantity
may Not Be Combined With Any Other Delivery Order Quantity To Create A Price Break, Even If The New
delivery Order Is Placed In The Same Ordering Period. Each Order Stands On Its Own. In The Event An Order
is Issued For Quantities Outside The Ranges Established In The Contract, The Unit Price Associated With The
highest List Range Will Apply To That Order. The Contractor Has The Right To Accept Or Reject Any Quantity
outside The Ranges Established In The Contract And Adjust The Production Lead Time / Monthly Delivery Rate
as Appropriate.
ozone Depleting Substances – Item(s) Being Procured Have Been Identified As Having Ozone Depleting
substances And High Global Warming Potential Hydrofluorocarbons (ohm) Specifications.
(a) In Accordance With Section 326 Of P.l. 102-484, The Government Is Prohibited From Awarding Any
contract Which Includes A Specification Or Standard That Requires The Use Of A Class I Ozone-depleting
substance (ods) Identified In Section 602(a) Of The Clean Air Act, (42 U.s.c. 767a(1), Or That Can Be Met
only Through The Use Of Such A Substance Unless Such Use Has Been Approved, On An Individual Basis, By A
senior Acquisition Official Who Determines That There Is No Suitable Substitute Available.
(b) To Comply With This Statute, The Government Has Conducted A Best Effort Screening Of The
specifications And Standards Associated With This Acquisition To Determine Whether They Contain Any Ods
requirements. To The Extent That Ods Requirements Were Revealed By This Review They Are Identified Below
with The Disposition Determined In Each Case.
(c) If Offerors Possess Any Special Knowledge About Any Other Odss Required Directly Or Indirectly At
any Level Of Contract Performance, The U.s. Army Would Appreciate If Such Information Was Surfaced To
the Contracting Officer For Appropriate Action. To Preclude Delay To The Procurement, Offerors Should
provide Any Information As Soon As Possible After Release Of The Solicitation And Prior To The Submission Of
offers To The Extent Practicable. It Should Be Understood That There Is No Obligation On Offerors To Comply
with This Request And That No Compensation Can Be Provided For Doing So.
export Control – Arms Export Control Is Applicable. The Technical Data Package Contains Technical Data
whose Export Is Restricted By The Arm Export Control Act (title 22 U.s.c., Sec 2751 Et Seq.) Or
executive Order 12470. Violation Of These Export Laws Are Subject To Severe Criminal Penalties. Export
control Requires The Applicable Certifications To Be Current For Both The Quoter And Manufacturer. The
offeror And Any Source(s) Of Supply It Will Use For Contract Performance Must Have An Active United
states/canada Joint Certification Program (jcp) Certification To Access Export-controlled Data. Dla Does
not Intend To Delay Award In Order For An Ineligible Offer Or Its Source(s) Supply To Apply For And Receive
authority Approval To Access The Export-controlled Data.
packaging – Standard Practice For Military Packaging Shall Be Utilized (mil-std-2073-1).
delivery Schedule – Proposal Shall Include Proposed Production Lead Time And Monthly Delivery Rate.
proposal Submission – Proposal Shall Be Electronically Submitted To Government. Offeror Can Contact
contract Team For A Dod Safe Site Link For Submission Purposes.
clins - Nsns Listed On This Effort May Be Awarded Together Or Separately.
provisions
252.227-7017 Identification And Assertion Of Use, Release, Or Disclosure Restrictions
52.204-8 Annual Representations And Certifications.
52.223-4701 Ozone Depleting Substance
dlad 52.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (adr) .
timelines
solicitation Receipt – Request Offeror Acknowledge Receipt Of Solicitation Sprra224r0016 Within 3
business Days And Feedback On Feasibility In Meeting The Closing Date Of 4pm Cst 29 April 2024
referenced In Solicitation Submittal Email And Sam.gov Posting. If Offeror Elects To "no Bid", Please
provide Detailed Rationale And An Alternate Source Of Supply.
proposal Receipt - Upon Receipt Of Proposal, Dla Contracting Team Shall Acknowledge Receipt. Within 3
business Days, The Government Will Identify Deficiencies, Request Additional Information/documentation,
and/or Provide Proposal Acceptance. Offeror Proposal Shall Remain Valid For A Minimum Of One Hundred
and Eighty (180) Days From The Date Of Acceptance.
summary
all Communications Shall Be Submitted In Writing Only And Directly To The Following Dla
contract Team Members.
becky Brady, Dla Aviation-huntsville
contracting Officer, Strategic Missile Team
e: Becky.brady@dla.mil
david Bennett, Dla Aviation- Huntsville
contract Specialist
e: David.b.bennett@dla.mil
offeror Shall Not Contact Any Other Government Personnel Other Than The Person(s) Identified Above.
contacting Any Government Personnel Other Than The Individual(s) Identified Above Could Result In An
organizational Conflict Of Interest (oci).
be Advised That This Requirement Shall Be Advertised In The Sam.gov Website For Viewing By The General
public. In The Event Another Supplier Indicates Interest In Responding To The Requirement As A Result Of
viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier.
please Direct Inquires, Requests For Clarification, And Status Updates To David Bennett
(david.b.bennett@dla.mil).
attachments:
sprra224r0016 Attachment 021524 (full List Of Parts)
fat Waiver Worksheet Rev E 031220
cnt Tdpl
Closing Date26 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Civil Works Others, Security and Emergency Services
United States
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0194 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, One-year Period Of Performance, Firm-fixed-price Contract Resulting From This Solicitation For The Repairs Specified Only. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 238310 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H912 This Solicitation Is A Service Disabled Veteran Owned Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Barrier Repair Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment B. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One-year Contract With A Period Of Performance Of Approximately: 1/10/2025-1/9/2026. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Statement Of Work. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 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 Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(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: (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor 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 Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (2) 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. (3) 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. 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 With The Limitations On Subcontracting Requirement. 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 Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) 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 Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions 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. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Single Period Of Performance Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Monday, December 30, 2024. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0194 Wilkes-barre Fire Barrier Repair Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday December 26, 2024. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment B: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment B And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall 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:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Price Scheduleââ See Attached Document: Attachment C Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document
Closing Date3 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: The Solicitation Is Amended To Dissolve The Sdvosb Set Aside And Reissue In An Unrestricted Basis.
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 January 17, 2025.
this Solicitation Is Unrestricted. Any Business Size Can Participate.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Fsc/psc Is J065.
the Department Of Veterans Affairs, Manchester Nh Va Medical Center Sterile Processing Services (sps) Department, Needs Instrument Maintenance Service. There Are 185 Trays To Be Serviced.
see The Attached Statement Of Work With The Equipment List.
all Interested Companies Shall Provide Quotations.
the Blanket Purchase Agreement Period Of Performance Is 2/1/2025 1/31/2030.
place Of Performance/place Of Delivery
manchester Vamc
718 Smyth Road
manchester, Nh 03104-7007
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
addendum To Far 52.212-1 Instructions To Quoters Commercial Products And Commercial Services (sep 2023)
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:
52.216-1 Type Of Contract (apr 1984)
The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation.
(end Of Provision)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
This Solicitation Incorporates One Or More Solicitation Provisions 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. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
oct 2018
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
nov 2021
52.204-29
federal Acquisition Supply Chain Security Act Orders Representation And Disclosures
dec 2023
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
(end Of Addendum To 52.212-1)
(end Of Provision)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
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 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses 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.
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses 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 Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
52.216-18 Ordering (aug 2020)
(a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/15/2025 Through 1/14/2030.
(b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control.
(c) A Delivery Order Or Task Order Is Considered "issued" When
(1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail;
(2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or
(3) If Sent Electronically, The Government Either
(i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or
(ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address.
(d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract.
(end Of Clause)
52.217-8 Option To Extend Services (nov 1999)
The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days.
(end Of Clause)
vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
(a) Definitions. As Used In This Clause
(1) Contract Financing Payment Has The Meaning Given In Far 32.001;
(2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment;
(3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests;
(4) Invoice Payment Has The Meaning Given In Far 32.001; And
(5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract.
(b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required.
(c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following:
(1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract.
(2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi).
(d) Invoice Requirements. Invoices Shall Comply With Far 32.905.
(e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For
(1) Awards Made To Foreign Vendors For Work Performed Outside The United States;
(2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information;
(3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies;
(4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or
(5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above.
(end Of Clause)
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
52.252-2 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):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-9
personal Identity Verification Of Contractor Personnel
jan 2011
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.204-70
personal Identity Verification Of Contractor Personnel
may 2020
(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 (nov 2024)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1-7), (b)(5), (b)(9), (b)(11), (b)(12), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (c)(1), (c)(5),(c)(7),(c)(8), (d), And (e).
all Quotes Shall Be Sent To The Point Of Contact At Manases.cabrera@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's Decision For The Quote Most Favorable To The Government.
addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Issue A Blanket Purchase Agreement To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
the Following Factors Shall Be Used To Evaluate Quotations:
technical
past Performance
price
veterans Involvement
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database At Time Of Quotation Submission And At Time Of Award ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Vetbiz.gov Vip Database ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum.
(end Of Provision)
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 January 28, 2025, At 4:30pm At Manases.cabrera@va.gov
the Last Day For Questions Is January 24, 2025, At 4:30pm.
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
contracting Poc Manases Cabrera At Manases.cabrera@va.gov
Closing Date28 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0238 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, Five-year, Firm-fixed-price Indefinite Delivery - Indefinite Quantity (idiq) Contract Resulting From This Solicitation. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 561790 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H312 This Solicitation Is A Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Door Inspection Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment C. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 1/30/2025-1/29/2030. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 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 Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/30/2025-1/29/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $200.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of $200.00; (2) Any Order For A Combination Of Items In Excess Of $50,000.00; Or (3) A Series Of Orders From The Same Ordering Office Within 30 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 1 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 1/29/2030. (end Of Clause) Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) 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 Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(18), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions 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. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Idiq Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Tuesday, January 14, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0238 Wilkes-barre Fire Door Inspection Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday January 9, 2025. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment C: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment C And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall 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:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Evaluator Shall Submit Past Performance Questionnaire (attachment B) With Their Quote. Offeror(s)s Shall Provide Up To Three (3) References, Preferably Of Government Work, Performed In The Last Three (3) Years. Past Performance Information Shall Be Recent (performance Within The Last Three Years) And Relevant To This Scope Of Work. All Past Performance References Shall Be Completed By The Evaluator And Include Name Of Client, Customer Point Of Contact, Customer Telephone Number, Contract Number, Award Amount, Project/service Location, And Other Information Relevant To This Quote. The Apparent Awardees Past Performance Will Be Evaluated As Part Of The Contractor Responsibility Determination To Ensure The Presence Of An Acceptable Performance Record In Accordance With Far 9.104-1. The Government Reserves The Right To Seek Past Performance Information From Any Sources Not Included In Your Past Performance And Available To The Government To Include, But Not Limited To, Cpars Or Other Databases; Interviews With Program Managers, Customers, And Contracting Officers; And References Provided By The Contractor. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Past Performance Questionnaire See Attached Document: Attachment C Price Scheduleââ See Attached Document: Attachment D Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Request For Quote (rfq) #: 36c25925q0212
neptune 3 Rover 2pm Prevent Procare Sem
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation.
* The Deadline For All Questions Is 4:00pm Mt, 02/18/2025
all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation.
** Quotes Are To Be Provided To Thaddeus.gray@va.gov No Later Than 4:00pm Mt, 02/20/2025.
quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award.
this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25925q0212. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-04 Effective January 17, 2025.
the North American Industrial Classification System (naics) Code For This Procurement Is 811210 With A Small Business Size Standard Of $34.0 Mil. This Solicitation Is Unrestricted.
list Of Line Items;
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem
6
ea
0002
0702-014-000w: Neptune 2 Docker 2pm Prevent Procare
2
ea
1001
oy1 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem
6
ea
1002
oy1 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare
2
ea
2001
oy2 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem
6
ea
2002
oy2 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare
2
ea
3001
oy3 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem
6
ea
3002
oy3 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare
2
ea
4001
oy4 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem
6
ea
4002
oy4 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare
2
ea
grand Total
$
description Of Requirements For The Items To Be Acquired; See Attached Statement Of Work. Period Of Performance Has A One-year Base Period Estimated To Be 02-25-2025 To 02-24-2026 With Four (4) One-year Option Periods
delivery And Acceptance Is To Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located At Rocky Mountain Regional Va Medical Center, 1700 N Wheeling Street, Aurora, Co 80045
52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition
addendum To Far 52.212-1 Instructions To Offerors Commercial
gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â No Remanufactures Or Gray Market Items Will Be Acceptable.
offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract.
if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award.
offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) Delivery Lead Time; And (iii) Price
volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number.
volume X Delivery Lead Time The Offeror Shall State The Required Number Of Calendar Days To Deliver The Item, To Include Installation, If Applicable.
volume Iii Price
price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule.
(end Of Addendum To 52.212-1)
52.212-2, Evaluation--commercial Items Applies To This Acquisition
addendum To Far 52.212-2 Evaluation Commercial Items:
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 Considering Price And Other Factors.
the Following Factors Shall Be Used To Evaluate Quotations:
factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
factor X Delivery Lead Time
factor 3. Price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
factor X Delivery Lead Time - The Government Will Evaluate Delivery Lead Time And Select The Quoter/offer Whose Delivery Lead Time Is Most Advantageous To The Government. The Government May Consider An Award To Other Than The Lowest Priced Quoter/offeror If It S In The Best Interest Of The Government.
factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price.
options. The Government Will Evaluate Quotations For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. {contracting Officer Shall Insert The Following If The Solicitation Will Include Options That Are Exercisable Under Far 52.217-8} This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price.â For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line Item Numbers (clins),and Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(end Of Addendum To 52.212-2)
52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. 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. Offerors Must Be Registered In Sam At Time Of Offer Submission.
52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition
far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference;
far 52.204-10
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020)
far 52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020)
far 52.219-28
post Award Small Business Program Representation (nov 2020)
far 52.219-33
nonmanufacturer Rule (mar 2020)
far 52.222-3
convict Labor (jun 2003)
far 52.222-19
child Labor Cooperation With Authorities And Remedies (jul 2020)
far 52.222-21
prohibition Of Segregated Facilities (apr 2015)
far 52.222-26
equal Opportunity (sep 2016)
far 52.222-35
equal Opportunity For Veterans (jun 2020)
far 52.222-36
equal Opportunity For Workers With Disabilities (jun 2020)
far 52.222-37
employment Reports On Veterans (jun 2020)
far 52.222-40
notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
far 52.222-50
combating Trafficking In Persons (oct 2020)
far 52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
far 52.225-13
restrictions On Certain Foreign Purchases (jun 2008)
far 52.232-33
payment By Electronic Funds Transfer System For Award Management (oct 2018)
additional Contract Requirements Or Terms And Conditions:
52.217-8 Option To Extend Services (nov 1999)
the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days.
52.217-9 Option To Extend The Term Of The Contract (mar 2000) [use When Options Are Included]
(a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 60 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
(b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
(c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months.
852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020)
vaar 852.203-70
commercial Advertising (may 2018)
vaar 852.232-72
electronic Submission Of Payment Requests (nov 2018)
vaar 852.233-70
protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71
alternate Protest Procedure (oct 2018)
vaar 852.246-71
rejected Goods (oct 2018)
852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
the Following Far Provisions Are To Be Incorporated By Reference:
far 52.204-7
system For Award Management (oct 2018)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.211-6
brand Name Or Equal (aug 1999)
far 52.229-11
tax On Certain Foreign Procurements Notice And Representation (jun 2020)
the Following Vaar Provisions Are To Be Incorporated By Reference:
none
the Following Far Clauses Are Incorporated By Reference:
far 52.203-17
contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020)
far 52.204-13
system For Award Management Maintenance (oct 2018)
far 52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
far 52.232-40
providing Accelerated Payments To Small Business Subcontractors (nov 2021)
the Following Vaar Clauses Are To Be Incorporated By Reference:
vaar 852.212-71
gray Market Items (apr 2020)
the Defense Priorities And Allocations System (dpas) Does Not Apply.
offers Are Due 02/20/2025@ 4:00pm Mst. All Questions/inquiries Must Be Submitted To The Contracting Officer Via Electronic Mail (e-mail) Not Later Than 02/18/2025 @ 4:00pm Mst. Inquiries Submitted Via Telephone Calls Will Be Re-directed To An E-mail Submission.
submit Offers Or Any Questions To The Attention Of Thaddeus Gray Via Email To: Thaddeus.gray@va.gov
Closing Date20 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: 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 Deviations Feb 2025 Caac Letters 2025-01/02(eff.02/18/2025). This Solicitation Is Set-aside For Small Businesses. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 325412, Pharmaceutical Preparation Manufacturing. The Small Business Size Standard Of 1,300 Employees. The Fsc/psc Is 6505, Drugs And Biologicals. The Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), William S. Middleton Memorial Veterans Hospital, 2500 Overlook Terrace, Madison, Wi 53705-2286 Has A Requirement For Radiopharmaceutical Isotopes. The Radiopharmaceutical Isotopes Will Be Used For Diagnostic Testing And Quality Assurance. All Interested Companies Shall Provide Quotations For The Following: Schedule Of Supplies Base Year 04/01/2025 03/31/2026 Line Item Description Qty Unit Of Measure Unit Price 0001 99mtc-tetrofosmin (myoview) 2200 Ea 0002 99mtc-pertechnatate (natco4) 3000 Un 0003 99mtc-methyldiphosphonate (mdp, Medronate) 20 Ea 0004 Ultratag Rbc Labelling Kit 5 Un 0005 67ga-gallium Citrate 1 Un 0006 131i-sodium Iodide 20 Un Option Year One 04/01/2026 03/31/2027 Line Item Description Qty Unit Of Measure Unit Price 1001 99mtc-tetrofosmin (myoview) 2200 Ea 1002 99mtc-pertechnatate (natco4) 3000 Un 1003 99mtc-methyldiphosphonate (mdp, Medronate) 20 Ea 1004 Ultratag Rbc Labelling Kit 5 Un 1005 67ga-gallium Citrate 1 Un 1006 131i-sodium Iodide 20 Un Option Year Two 04/01/2027 03/31/2028 Line Item Description Qty Unit Of Measure Unit Price 2001 99mtc-tetrofosmin (myoview) 2200 Ea 2002 99mtc-pertechnatate (natco4) 3000 Un 2003 99mtc-methyldiphosphonate (mdp, Medronate) 20 Ea 2004 Ultratag Rbc Labelling Kit 5 Un 2005 67ga-gallium Citrate 1 Un 2006 131i-sodium Iodide 20 Un Option Year Three 04/01/2028 03/31/2029 Line Item Description Qty Unit Of Measure Unit Price 3001 99mtc-tetrofosmin (myoview) 2200 Ea 3002 99mtc-pertechnatate (natco4) 3000 Un 3003 99mtc-methyldiphosphonate (mdp, Medronate) 20 Ea 3004 Ultratag Rbc Labelling Kit 5 Un 3005 67ga-gallium Citrate 1 Un 3006 131i-sodium Iodide 20 Un Option Year Four 04/01/2029 03/31/2030 Line Item Description Qty Unit Of Measure Unit Price 4001 99mtc-tetrofosmin (myoview) 2200 Ea 4002 99mtc-pertechnatate (natco4) 3000 Un 4003 99mtc-methyldiphosphonate (mdp, Medronate) 20 Ea 4004 Ultratag Rbc Labelling Kit 5 Un 4005 67ga-gallium Citrate 1 Un 4006 131i-sodium Iodide 20 Un Statement Of Work/description/specifications Contract Title. Radiopharmaceuticals For Nuclear Cardiology Procedures Background. The Nuclear Cardiology Lab At The William S. Middleton Memorial Vah, In Madison Wi Performs Nuclear Medicine Procedures On The Heart. We Do Not Have Appropriate Space Or Staffing To Mix And Dispense Radiopharmaceuticals In Our Lab And Require Outside Services To Provide Us With This. Scope. The Contract Will Cover Mixing And Dispensing Required Radiopharmaceuticals Doses To The Nuclear Cardiology Department. Schedule Of Supplies Includes Doses For Diagnostic Testing Of Patients And Quality Assurance Of Equipment. Preference Will Be Given To Contractors Who Obtain Their Tc99m Generators From Sources Who Use Low Enriched Uranium To Make Their Generators. Specific Tasks. The Contractor Shall Provide Radionuclides To The Nuclear Cardiology Department At The Veterans Affairs Hospital (va) In Madison, Wisconsin. The Vendor Is Preferred To Have A Secure Way Of Ordering For Next Day Orders And Provide Telephone Response For Same Day Ordering. All Services Rendered Will Be Itemized By Date Of Service, Radiopharmaceutical Provided, And Unit Cost. Time Of Delivery Specified Or Mutually Agreed To At The Time Of Receipt Of Order Shall Become Mandatory Upon The Contractor. Failure To Perform In Accordance With The Delivery Commitment May Be Grounds For Termination Of Contract In Accordance With The Provisions For Default. The Nuclear Cardiology Staff Will Provide The Vendor With Patient S First And Last Names When Ordering Doses. Contractor Will Be Responsible For Maintaining Patient Information In The Strictest Confidence In Accordance With The Privacy Act. Provision Of The Products Listed In The Schedule Of Items Shall Include All Services, Equipment And Materials Necessary In The Generation Of Those Products In A Form Ready To Be Administered Directly To The Patient Or Used For Equipment Maintenance. This Includes: Generation And Compounding Of The Radionuclides. Quality Control And Purity Testing Of The Radionuclides. Dispensing Of Individual Patient Doses Into Syringes Using A Minimum Volume Of 2cc. Labeling Of Individual Doses With The Patient S Name, Radionuclide, Dose/time Requested, The Lot Number Of The Kit Used For Manufacturing The Radiopharmaceutical, Dose Activity At The Time Of Drawing Up And Calculated Activity At The Specified Time Of Administration, Product Purity, And The Name Of Pharmacist/ Tech Responsible For The Dose Preparation. Deliveries Will Incorporate Sufficient Lead Or Other High-density Metal Shielding To Comply With All Applicable Federal And/or State Standards Relating To Shipment Of Radioactive Materials. Shipping Containers Must Comply With All Federal And State Regulations. This Will Include Dot, Doe, Unnrc, And Icc Regulations And Standards. The Supplier Shall Hold A Current Unrevoked Usnrc And/or Fda License To Produce And Distribute Radiopharmaceuticals For Human Administration, And A License To Receive, And Dispose Of Radioactive Waste. Supplier Shall Provide A Copy Of Their Radioactive Material License To The Nuclear Medicine Service Upon Commencement Of This Contract. Supplier Shall Immediately Notify Nuclear Medicine Service, Upon Any Action Be The Usnrc Agreement State And/or Fda To Suspend Or Modify Suppliers. Suppliers Shall Provide Radiopharmaceuticals Which Have Been Prepared According To Manufacturer S Package Inserts. Products Shall Be Provided Monday Through Friday, 7:00 Am To 2:00 Pm, Excluding Federal Holidays. The Federal Holidays Observed By The Va Are As Follows: New Year S Day January 1st Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19th Independence Day July 4th Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11th Thanksgiving Day 4th Thursday In November Christmas Day December 25th A Copy Of The Quality Control Testing Results Of Radiopharmaceuticals Will Be Provided To The Designated Nuclear Medicine Service Point Of Contact Upon Request. The Contractor Will Provide A Monthly Listing Of Each Individual Product (including Date, Patient Name, And Specific Product), For Which The Va Will Be Billed, To The Designated Nuclear Medicine Service Point Of Contact. The Va Nuclear Cardiology Technical Staff Will Provide The Contractor A Minimum Of 16 Hours Notice, If A Non-tc99m Radiopharmaceutical Will Be Required. The Nuclear Cardiology Technical Staff At The Va Will Notify The Contractor, Via Phone Call, If An Order For A Non-tc99m Radiopharmaceutical Will Be Cancelled. The Va Nuclear Cardiology Technical Staff Will Provide At Least 60 Minutes Notice To The Contractor If Tc99m Products Need To Be Provided Or Recalibrated And Relabeled. The Va Nuclear Cardiology Technical Staff Will Notify The Contractor, Via Phone Call, At Least 30 Minutes In Advance If A Tc99m Product Will Not Be Required. The Work Performed Under This Contract Will Be Done At The Contractor S Facilities And The Final Products Will Be Transported To The Vah, According To The Department Of Transportation Regulations. Performance Monitoring. The Program Manager Will Certify That The Work That Is Being Billed For Is The Work That Was Performed, By Comparing The Invoices To The Delivery Packing Lists And Daily Worklists. Government-furnished Equipment (gfe)/government-furnished Information (gfi). The Government Will Not Provide Any Equipment For The Execution Of This Contract. Other Pertinent Information Or Special Considerations. Packaging, Packing And Shipping Instructions. All Packaging Must Adhere To Dot Standards, Be Labelled According To Dot Regulations, And Contain An Itemized Packing List. All Individual Doses Should Be Safety Sealed To Ensure The Doses Have Not Been Tampered With. Inspection And Acceptance Criteria. All Packages Received Will Undergo Inspection In Compliance With Dot. Regulations And For Order Accuracy Prior To Being Accepted. Risk Control The Contractor Must Have Measures In Place To Ensure Sterility Of Their Product. The Contractor Must Conduction Industry Standard Quality Control Testing. The Contractor Must Have Cybersecurity In Place To Prevent The Loss Of Patient Information. Contractor Personnel Will Undergo A Vetting Process Prior To Gaining Access To The Hospital Facilities. Period Of Performance Base Year: 04/01/2025 To 03/31/2026 Option Year 1: 4/1/2026 To 3/31/2027 Option Year 2: 4/1/2027 To 3/31/2028 Option Year 3: 4/1/2028 To 3/31/2029 Option Year 4: 4/1/2029 To 3/31/2030 Place Of Performance/place Of Delivery Address: William S. Middleton Memorial Veterans Hospital 2500 Overlook Terrace Madison, Wi Postal Code: 53705-2286 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 52.201-1, Acquisition 360: Voluntary Survey (sept 2023) 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 52.209-7, Information Regarding Responsibility Matters (oct 2018) Far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017) Far 52.225-18, Place Of Manufacture (aug 2018) Far 52.233-2, Service Of Protest (sept 2006) Vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018) Vaar 852.233-71, Alternate Protest Procedure (oct 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)(deviation Feb 2025) 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. System Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. 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 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.216-18, Ordering (aug 2020) Far 52.216-22, Indefinite Quantity (oct 1995) Far 52.217-7, Option For Increased Quantity-separately Priced Line Item (mar 1989) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Far 52.224-1, Privacy Act Notification (apr 1984) Far 52.224-2, Privacy Act (apr 1984) 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 Bpas (jan 2023) (deviation) Vaar 852.208-71, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factor Commitments Orders And Bpas (jan 2023) (deviation) Vaar 852.211-72, Technical Industry Standards (nov 2018) Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (jan 2023) (deviation) Vaar 852.215-71, Evaluation Factor Commitments (oct 2019) Vaar 852.223-71, Safety And Health (sep 2019) 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 852.247-72, Marking Deliverables (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. 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 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 March 5, 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
Closing Date6 Mar 2025
Tender AmountRefer Documents
8601-8610 of 8656 archived Tenders