Stationery Tenders

Stationery Tenders

Batangas State University Tender

Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
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 2025-03, January 03, 2025. this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066. the Va Jamaica Plains Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal. 2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Ratero. contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nux20 Ng 0002 11.00 ea __________________ __________________ scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nu Trace R+ Sca 0003 1.00 ea __________________ __________________ laser Etching - Up To 28,000 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Etching 0004 1.00 ea __________________ __________________ lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Start Up 0005 1.00 ea __________________ __________________ service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Pm grand Total __________________ the Contract Period Of Performance Is 02/11/2025 02/10/2026. place Of Performance/place Of Delivery: address: 150 South Huntington Avenue boston, Ma 02130-4817 country: usa all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government. the Following Are The Decision Factors: price technical Review 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 6:00am Est On 01/21/2025 At Frederic.revah1@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 all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov 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 Items far 52.212-3, Offerors Representations And Certifications Commercial Items 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. 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) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023 (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51, gray Market Items (apr 2020) (a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (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 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.203-70 commercial Advertising may 2018 (end Of Addendum To 52.212-4) 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition (1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold; (2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or (3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show (1) The Solicitation Number; (2) The Time Specified In The Solicitation For Receipt Of Offers; (3) The Name, Address, And Telephone Number Of The Offeror; (4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; (5) Terms Of Any Express Warranty; (6) Price And Any Discount Terms; (7) "remit To" Address, If Different Than Mailing Address; (8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); (9) Acknowledgment Of Solicitation Amendments; (10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Preaward Testing. (e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due. (2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And (a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or (b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or (c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received. (ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted. (3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer. (g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer. (i) Availability Of Requirements Documents Cited In The Solicitation. (1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil. (3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By- (i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or (ii) Contacting The Defense Standardization Program Office By Telephone At 571-767-6688 Or Email At Assisthelp@dla.mil. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier. (k) [reserved] (l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable: (1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer. (2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror. (3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection. (4) A Summary Of The Rationale For Award; (5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror. (6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency. (end Of Provision) addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services 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. submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov@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.
Closing Date21 Jan 2025
Tender AmountUSD 372.7 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 01/01/2025 revision: 01 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-combined Synopsis. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 (eff. 11/12/2024) this Solicitation Is Total Set-aside For Service-disabled Veteran Owned Small Business (sdvosb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Size Standard Of 1000 Employees. the Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies. the Syracuse Va At Syracuse Ny Is Seeking To Purchase Brand Name Only-bd Pyxis Logistics Software Which Integrates With The Pyxis Es Medication Distribution Equipment That Is Currently In Use At Syracuse Vamc Pharmacy. all Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. b.2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ s-h------100-------- Pharmogistics Es Sw Hosp 0002 1.00 ea __________________ __________________ s-h------100-------- Pyxis Check Sw Hosp 0003 1.00 ea __________________ __________________ 139176-01 Plx Server 2019 Software Only 0004 1.00 ea __________________ __________________ 135343-01 Cce Site (covered Under Enterp 0005 1.00 ea __________________ __________________ 136572-01 Pharmogistics Site Implementat 0006 3.00 ea __________________ __________________ 130978-02 Scnr,mt2070,hd,wl,2d,keypad 0007 2.00 ea __________________ __________________ 138658-01 Printer Zt411 Thrml Bar Code,s 0008 1.00 ea __________________ __________________ 130990-02 Kit-install,pharmogistics/caro 0009 4.00 ea __________________ __________________ 356688-04 Handset Staged Tc52x-hc Fips 0010 4.00 ea __________________ __________________ 138541-01 Kit Zq630 Printer Us W/ 6 Lbl 0011 4.00 ea __________________ __________________ 356825-01 Cradle Sgl Slot Usb And Chgr T 0012 6.00 mo __________________ __________________ monthly Support Fee statement Of Work bd Pyxis Logistics Software for Inpatient Pharmacy Syracuse Vamc a. General Information 1. Title Of Project: Bd Pyxis Logistics Software 2. Type Of Contract Contemplated: Base Year And Four Options Years b. Scope general Scope Of This Procurement Is To Purchase Bd Pyxis Logistics Software Which integrates With The Pyxis Es Medication Distribution Equipment Which Our Site currently Uses. Bd Pyxis Logistics Software Helps Track, Report And Manage medication Inventory. In Addition, The Software Has A Barcode Verification Feature that Reduces Medication Errors By Confirming The Right Drug Is Picked Or Restocked. currently, The Inpatient Pharmacy Does Not Have An Inventory Management software. Bd Pyxis Logistics Software Will Decrease Costs By Providing Inventory management. c. Requirement/salient Characteristics/specifications common Nomenclature (commercial Description): Bd Pyxis Logistics Software intended Use: Inventory Management/barcode Verification. equipment With Which The Item Is Used: Pyxis Es Medication Distribution equipment. end Item Application: Pyxis Es Medication Distribution Equipment. d. Other Unique Requirements the Contractor Shall Provide A Customizable Inventory Management System. a. System Is Fully Customizable At The Customer Level. Many Changes And Additional evaluation Elements Can Be Added By The Facility As They Are Needed And May Be changed By The Facility As Needed. b. Provide Access To All Pharmacy Staff c. System Needs To Have The Ability For Real-time Inventory Tracking, Order generation, Inventory Receiving, Electronic Data Interchange Interfaces With 2 suppliers, And Generates Reports Detailing Drug Utilization/order Saving opportunities d. Full-service Setup And Ongoing Support Will Be Provided. e. The Ability To Analytically Streamline Workflows With Retrospective Trending And reporting, Across The Inpatient Pharmacy f. Provide Metrics That Can Help Track Inventory Loss g. Has The Ability To Identify Potential Diversion Issues. h. Assist With Preventing Stock-outs By Optimizing Medication Par Levels i. Barcode Verification Feature That Will Confirm The Right Drug Is Picked Or restocked. e. Delivery vendor Will Deliver Item Within 45 Days From Purchase. f. Government-furnished Property, Material, Equipment, Or Information (gfp, Gfm, gfe, Or Gfi) N/a g. Security h. Vendor Personnel Will Be Subject To Background Investigation Bgi In Order To access Va System i. Vendor Personnel Will Be Required To Take Annual Privacy And Security training And Sign Contractor Rules Of Behavior Rob j. Special Material Requirement n/a k. Place Of Performance syracuse Va Medical Center (pharmacy) 800 Irving Ave syracuse Ny, 13210 outpatient Pharmacy l. Period Of Performance the Period Of Performance For This Contract Will Be 30 Calendar Days From Award Notice. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) addendum To Far 52.212-1 Instructions To Offerors 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: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ solicitation. However, The Small Business Size Standard For A Concern That Submits Anâ offer, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâ information Technologyâ value-added Resellers Under Naics Code 541519, If Theâ acquisition (1)is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; (2)uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ offerorâ waives The Price Evaluation Preference; Or (3)is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ offers. Submit Signed And Datedâ offersâ to The Office Specified In Thisâ solicitationâ at Or Before The Exact Time Specified In Thisâ solicitation.â offersâ mayâ be Submitted On Theâ sf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâ solicitation. As A Minimum,â offersâ mustâ show (1)â theâ solicitationâ number; 36c24225q0262 (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ offers; (3)â the Name, Address, And Telephone Number Of Theâ offeror; (4)â a Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; (5)â terms Of Any Expressâ warranty; (6)â price And Any Discount Terms; (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ offerorâ shallâ complete Electronically); (9)â acknowledgment Ofâ solicitationâ amendments; (10)â past Performanceâ information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11)â if Theâ offerâ is Not Submitted On Theâ sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â offersâ that Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ offers. Theâ offerorâ agrees To Hold The Prices In Itsâ offerâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ offers, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ offers. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)â multipleâ offers.â offerorsâ are Encouraged To Submit Multipleâ offersâ presenting Alternative Terms And Conditions, Including Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ offerâ submitted Will Be Evaluated Separately. (f)â late Submissions, Modifications, Revisions, And Withdrawals Ofâ offers. (1)â offerorsâ are Responsible For Submittingâ offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ offersâ or Revisions Are Due. (2) (i)â anyâ offer, Modification, Revision, Or Withdrawal Of Anâ offerâ received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ offersâ is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâ contracting Officerâ determines That Accepting The Lateâ offerâ would Not Unduly Delay Theâ acquisition; And- (a)â if It Was Transmitted Through Anâ electronic Commerceâ method Authorized By Theâ solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâ dayâ prior To The Date Specified For Receipt Ofâ offers; Or (b)â there Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâ offersâ and Was Under The Government S Control Prior To The Time Set For Receipt Ofâ offers; Or (c)â if Thisâ solicitationâ is A Request For Proposals, It Was The Only Proposal Received. (ii)â however, A Late Modification Of An Otherwise Successfulâ offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâ mayâ be Accepted. (3)â acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâ offerâ wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ offersâ cannot Be Received At The Government Office Designated For Receipt Ofâ offersâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude Amendment Of Theâ solicitationâ or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ offersâ will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (5)â offersâ mayâ be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâ offers. Oralâ offersâ in Response To Oralâ solicitationsâ mayâ be Withdrawn Orally. If Theâ solicitationâ authorizes Facsimileâ offers,â offersâ mayâ be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâ offers, Subject To The Conditions Specified In Theâ solicitationâ concerning Facsimileâ offers. Anâ offerâ mayâ be Withdrawn In Person By Anâ offerorâ or Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâ offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâ offer. (g)â contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâ offersâ and Award A Contract Without Discussions Withâ offerors. Therefore, Theâ offeror S Initialâ offerâ shouldâ contain Theâ offeror S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâ contracting Officerâ to Be Necessary. The Governmentâ mayâ reject Any Or Allâ offersâ if Such Action Is In The Public Interest; Accept Other Than The Lowestâ offer; And Waive Informalities And Minor Irregularities Inâ offersâ received. (h)â multiple Awards. The Governmentâ mayâ accept Any Item Or Group Of Items Of Anâ offer, Unless Theâ offerorâ qualifies Theâ offerâ by Specific Limitations. Unless Otherwise Provided In The Schedule,â offersâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâ offerorâ specifies Otherwise In Theâ offer. (i)â availability Of Requirements Documents Cited In Theâ solicitation. (1) (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâ https://assist.dla.mil. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Assist Website Atâ https://assist.dla.mil. (3)â defense Documents Not Available From The Assist Websiteâ mayâ be Requested From The Defense Standardization Program Office By (i)â using The Assist Feedback Module (â https://assist.dla.mil/ Feedback); Or (ii)â contacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâ assisthelp@dla.mil. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier.(applies To Allâ offersâ that Exceed Theâ micro-purchase Threshold, Andâ offersâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ offerorâ shallâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ offer, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ offeror's Name And Address. Theâ offerorâ alsoâ shallâ enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ unique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâ offerorâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ offerorâ does Not Have Aâ unique Entity Identifier, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ unique Entity Identifierâ establishment Directly To Obtain One. Theâ offerorâ shouldâ indicate That It Is Anâ offerorâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ unique Entity Identifier. (k)â [reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than February 4th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0262. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: a. Completed Acknowledgement Of Amendments Sections (if Applicable). Buy American Certificate Included With Quote. b. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. c. Past Performance Information Via 52.212-2 Evaluation Section. d. Completed Section Price/cost Schedule. e. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. the Following Factors Shall Be Used To Evaluate Quotations: 1. Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. the Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Bd Pyxis Monitoring Software As Stated In The Sow. specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For Bd Pyxis Preventative Maintenance As Specified In Scope Of Work. See The Sow. technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized And Licensed By Bayer Healthcare To Provide Preventative Maintenance And Calibration On Equipment Specified In Sow. past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. 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 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. 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. 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: (end Of Addendum To Far 52.212-2) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023) 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 Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statures Or Executive Orders-commercial Products And Commercial Services (nov 2024). 52.252-2, Clauses Incorporated By Reference (feb 1998) vaar 852.211-72 Technical Industry Standards (nov 2018) vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71 Administrative Contracting Officer (oct 2020) vaar 852.247-73 Packing For Domestic Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 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) 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023) 52.212-2 Evaluation-commercial Products And Commercial Services (nov 2021) 52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) all Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Options Will Be Evaluated At Time Of Award. 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 February 4, 2025, 3:00pm Est At Lorraine.hussain@va.gov. telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@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 lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date4 Feb 2025
Tender AmountUSD 114.7 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
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 A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is For Full And Open Competition. All Responsible Sources Can Compete. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Axeon Series Clean-in- Place (cip) System. This Procurement Will Also Include Installation, And Training Of The Newly Purchased Brand Name Or Equal Axeon Series Clean-in-place System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description qty price 1 cip 100, 200 Gal Tank, 220v 3ph 60 Hz 1 â  2 installation 1 â  3 training On Use Of Equipment And Maintenance â  4 manuals, Digital And Hard Copy â  â  5 warranty â  â  statement Of Work (sow) as Of January 15, 2025 contract Title: Boiler Plant Cip System For Reverse Osmosis (ro) Membranes background: Building 261, Boiler Plant, Reverse Osmosis Membranes Are Key To Providing Clean, Purified Water To The Boilers For Optimal Operations. From Time To Time, These Membranes Require Regular Cleaning To Avoid Internal Damage, Which Can Lead To Expensive New Membrane Procurements. The Desire Is To Purchase Equipment Which Will Allow Local Staff To Clean The Existing Membranes In-place, Rather Than Send Them Out For Cleaning Or Replacement. scope: Vendor To Deliver And Test Operation Of A Clean-in-place Mobile Unit For The Purpose Of Cleaning Boiler Plant Ro Membranes. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Cip System And All Other Accessories And Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Cip System. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Receive And Install New Equipment 4.1.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 4.1.2 Subtask 2 - Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.2 Task 2 Provide Staff Training On Equipment 4.2.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In Cip Skid. Vendor To Furnish Va With Site-specific Operating And Service Manuals, Both Digitally And Hard Copy, For Equipment. task 3 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. deliverables: 5.1 Task 1 Mobile Clean-in-place Skid, Equivalent To Axeon Cip-100 2 Outlet Connection tank Size 200 Gallon flow Rate 100 Gallons Per Minute motor 7.5 Hp dimensions (l X W X H) Of 64 X 40 X 73 weight 650 Lbs on/off Switch shelco Multi-cartridge Housing axeon Sdf Series 5 Micron Sediment Filter axeon 316l Stainless Steel Pressure Gauges sch 80 Pvc Piping With Unions mixing Loop With Valve polyethylene Solution Tank tank Level Switches temperature Gauge axeon Flow Meter 316l Stainless Steel Pump With Tefc Motor hose Kit caster Wheels 5.2 One Year Parts And Labor Warranty all Components To Include One-year Parts And Labor Warranty 5.3 Freight vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In Cip Skid. Contractor To Furnish Va With Detailed Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 6. Performance Monitoring the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service. 7. Security Requirements contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted. 9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work. 10. Place Of Performance. the Place Of Performance Is building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer. 9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. 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 (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) 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 Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions 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, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) 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 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) 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 Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. 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. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) 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: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
Closing Date7 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
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 A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Water Softener And Controls For Use At Boiler Plant. This Procurement Will Also Include Removal Of The Existing Equipment, Installation, And Training Of The Newly Purchased Water Softener System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description qty price 1 model Bk-ds-lwt-3-1200 Twin Alternating Softener 1 â  2 installation 1 â  3 old Unit Decommissioned And Disposed In Specified Area At Facility 1 â  4 training On Use Of Equipment And Maintenance â  â  5 warranty â  â  statement Of Work (sow) contract Title: Boiler Plant Water Softener background: Building 261, Boiler Plant, Water Softener Is A Critical Part Of Daily Facility-wide Heating Operations. At This Time, The Dual-tank Softener System Is Beyond Expected Serviceable Lifespan And Becoming Unreliable. Furthermore, These Units Require Obsolete Replacement Parts That Are Becoming Increasingly Expensive And Hard To Procure. scope: Contractor To Remove Existing Water Softener Skid And Replace With A New Unit. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Old Units And All Associated Equipment Will Be Placed In Gravel Area Behind Boiler Plant For Turn-in To Va Logistics Service For Decommissioning/disposal. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Water Softener Tanks, Stands, Brine Measuring Tank, Associated Control Boxes And Cabling, And All Other Water Softener Accessories Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Removal Of Existing Equipment 4.1.1 Subtask 1 - Removal Of Existing Water Softener Skid, And All Associated Components. contractor Shall Properly Remove Existing Softener Tanks, Stands, Supply And Drain Piping To Nearest Valve Or Connection To Drain Manifold; And Electrical Wiring To Existing Junction Boxes/disconnect Panels. 4.2 Task 2 - Receive And Install New Equipment 4.2.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 4.2.2 Subtask 2 - Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.3 Task 3 Provide Staff Training On Equipment 4.3.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In New Water Softener. Vendor To Furnish Va With Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. task 4 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. Ideally, Work Should Be Scheduled Once Seasonal Plant Loads Begin To Lower (warmer Outside). deliverables: 5.1 Task 1 Twin-tank Alternating Softener plc-allen Bradley 1400 To Be Controlled By Plcs On Adjacent Ro System, Service Flow Rates Per Tank Of 185 Gpm To 230 Gpm, Backwash Flow Rate 60 Gpm. Two 48 X72 Carbon Steel Resin Tanks, 100# Non-code Construction, Interior Holding Two-component Epoxy, Carboline, Hydroplate 1086 4-10mils. Semi-gloss Finish, Off-white, Certified To Ansi/nsf 61. Exterior Polyamidoamine Epoxy, Tnemec N69f, Satin Finish Safety Blue. Four Point Pvc Upper Distributor, Hub/radial Pvc Lower Distributor. Media (per Tank): Support Gravel 1000lbs, 40 Cubic Feet Resin Per Tank, 10% Crosslinked Resin, 1,200,000 Grains Capacity Per Regeneration, 600lbs Salt Per Regeneration. Face Piping, Diaphragm Valve Nest, Aquamatic Series V42 Valves, 3 Service Valves, 1.25 Regeneration Valves, Galvanized Pipe And Fittings, Pressure Gauges & Sample Cocks, System Control Existing Plc In Ro Main Panel, Solenoid Panel For Connection To Existing Plc (polycarbonate Enclosure). Meter 1x Signet Paddlewheel Flow Sensor W/electronic Pick-up, Installation Fitting, 3 Iron Saddle. 5.1 Task 2 Brine-measuring Tank brine Measuring Tank, 42 X60 Polyethylene Brine Tank Assembly, 2x Level Switches, Aquamatic Valves And Fittings, Control Panel For Refill From Existing Outdoor Brine Silo. 5.2 One Year Parts And Labor Warranty all Components To Include One-year Parts And Labor Warranty 5.3 Freight vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In New Water Softerner. Contractor To Furnish Va With Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 5.6 Shop Drawings shop Drawings To Include All Dimensions Of System Components. shop Drawings To Include Technical Specifications Of All System Components Including, But Not Limited To: unit Voltage/amperage Requirements unit Plumbing Requirements. 6. Performance Monitoring the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service. 7. Security Requirements contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted. 9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work. 10. Place Of Performance. the Place Of Performance building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance the Period Of Performance Shall Be No More Than 120 Days From The Issuance Of The Notice To Proceed By The Contracting Officer. 9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. 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 (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) 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 Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions 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, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) 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 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) 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 Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. 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. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) 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: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
Closing Date7 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Furnitures and Fixtures
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 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 Fac 2025-02. this Solicitation Is Set-aside For sdvosb the Associated North American Industrial Classification System (naics) Code For This Procurement Is 337215, With A Small Business Size Standard Of 500 Employees. The Fsc/psc Is 6530. This Is A Brand Name Only Requirement Oem Intermetro Industries Corporation, 651 N Washington St. Wilkes-barre, Pa 18705. the Contracting Activity Is Looking To Acquire Delivery And Installation Of The Metro Equipment Listed Below For Providence Va Medical Center, 830 Chalkstone Avenue, Providence Ri 02908-4734. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure mx1872g metromax I Mx1872g Plastic Industrial shelf With Grid Mat, 18" X 72" 60 ea mx1872f metromax I Mx1872f Plastic Industrial shelf With Solid Mat, 18" X 72" 12 ea mx2472g metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72" 15 ea mx2472f metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72" 3 ea btax3 metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts 1 ea btex3 metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts 1 ea btmx3 metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts 12 ea bts13na metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13' 2 ea install installation 1 ea statement Of Work providence Va Medical Center metro Shelving System scope Of Work: The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following: installation And Implementation Of A Fully Functional; 15 Rolling Rack System. Twelve 18 X 72 And Three 24 X72. 1. Equipment the Following Equipment Shall Be Provided And Installed By The Contractor In The Space Determined By The Government. All Equipment Installed By The Contractor Shall Be Fda Approved For Use, In New Condition, And Fully Operational In Accordance With Manufacturer Literature Specifications. A Minimum Of Two (2) Copies Of Any Associated Operational And/or Service Manuals Shall Be Provided For All Equipment Listed Below As Applicable. 60 Mx1872g Metromax I Mx1872g Plastic Industrial Shelf With Grid Mat, 18" X 72" 12 Mx1872f Metromax I Mx1872f Plastic Industrial Shelf With Solid Mat, 18" X 72" 15 Mx2472g Metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72" 3 Mx2472f Metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72" 1 Btax3 Metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts 1 Btex3 Metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts 12 Btmx3 Metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts 2 Bts13na Metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13' the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures During Installation. 2. Salient Characteristics the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics: high Density Qwiktrak Solutions (self-contained System, No Construction Or Drilling Needed) high Density Qwiktrak Is Easier To Clean And Protects Them From Damage. polymer Solution (metromax) = Microban Protection (antimicrobial) Helping Product Stay Cleaner In Between Cleanings polymer Solution (metromax) = Lifetime Warranty Against Corrosion With Polymer Post all Shelving Units Are 6-tier/level, Solid Bottoms. 2. Areas To Be Serviced (one Or All As Necessary And Appropriate To This Contract) department Of Veterans Affairs providence Va Medical Center, Clean Inner Cor. Or 830 Chalkstone Ave providence, Ri 02908 3. Installation the Contractor Shall Provide All Labor, Materials, Tools, Equipment Etc. To Prepare For And Complete The Installation Of The Equipment In The Space Determined By The Government. project Implementation Meetings, If Necessary, Shall Be Coordinated With The Cor. installation And Implementation Dates Are To Be Coordinated In Advance With The Contractor And The Cor. all Employees Of The Contractor And Subcontractors Shall Comply With Va Security Management Program And Obtain The Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. all Installation Personnel Shall Be Trained By The Manufacturer On How To Properly Install The Equipment. Resumes And Certifications Shall Be Submitted For Review Upon Request By The Government. all Installation Personnel Shall Be Trained By The Manufacturer On Safe And Proper Personal Protective Equipment (ppe) Usage And General Infection Control Regulations And Requirements Relevant To The Work Outlined In The Scope Of Work. the Contractor Shall Communicate To The Government The Estimated Downtime Required To Complete Full Installation. If The Contractor Is Unable To Install The Equipment To Its Normal Operational State Within 24 Hours, The Contractor Shall Compensate The Government For The Downtime By Extending The Warranty Service In A Period Equivalent To The Downtime Of The Equipment. the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Trade-in Equipment As Applicable. the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Packing Materials And Related Waste Generated During Installation. 4. Training n/a 5. Inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of Equipment. contractor Shall Provide Dates Of Completion Of Punch List Items And Replacement Parts And/or Short Ship Items From The Manufacturer(s). the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Contracting Officer. 6. Warranty the Contractor Shall Provide A One-year Manufacturer S Warranty On All Parts And Labor. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. 7. Task Frequency And Instructions the Work Set Forth In The Scope Of Work Shall Be Completed In A Single Visit, Be It A Single Day Or Multiple Days As Required For Appropriate Completion. All Work Is To Be Scheduled In Advance With The Cor. equipment Delivery Shall Not Precede Installation By More Than 20 Days. Installation And Implementation Must Be Immediately Followed By Clinical User Training Including Go Live Support. Implementation And Integration With Vista Cprs Shall Not Exceed 90 Days From Date Of Award. 8. Special Work Requirements the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work. the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance To Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work. 9. Property Damage the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 10. Attachments none. 11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court. 12. Compliance With Osha Bloodborne Pathogens Standard The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall: A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens. B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens. C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens. D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract. 13. Information Security Language 14. Records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. delivery Shall Be Provided No Later Than 30-45 Days After Receipt Of Order (aro). place Of Performance/place Of Delivery address: 830 Chalkstone Avenue, Providence Ri postal Code: 02908-4734 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services 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) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.204-10, 52.204-27, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 all Quoters Shall Submit The Following: Quote. all Quotes Shall Be Sent To The Contract Specialist, Divianna Mathurin, Divianna.mathurin@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: price speed Of Delivery past Performance the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) 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: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) 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 15, 2025, 12pm Est At Divianna.mathurin@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 contract Specialist divianna Mathurin divianna.mathurin@va.gov 914-325-3258
Closing Date15 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Furnitures and Fixtures
United States
Details: 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 Fac 2025-02 (01/03/2025) This Solicitation Is A Total Set-aside For Service-disabled Veteran Owned Small Businesses. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Small Business Size Of 1,000 Employees. The Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies. The Lyons Nj Vamc Is Seeking To Purchase A Brand Name Or Equal Requirement For Exam Chairs Reliance Fx-920-l #20 Pearl With Black Cushions, Chair Glides, Reliance Stands And White Glove Delivery And Installation On All Line Items For Their Optometry Clinic. All Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. Please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. Statement Of Work (sow) Unit, Exam, Eye W/motor Chair Va Nj Hcs Lyons Campus Ophthalmology & Optometry Sections At Va New Jersey Health Care System Lyons Campus Are Requesting 4 Brand Name Or Equal Lane Reliance Chair And Stands With An Authorized Vendor To Supply, Assemble, And Install The Item(s) Identified In Table 1 Below. At The Lyons Eye Clinic, There Are 4 Exam Rooms Used By Doctors. At Present, All 4 Of Our Chairs Are At The End Of Life. All 4 Chairs Have Tears With Electrical Issues That Presents A Hazard To Patient Care And Identified As Infection Control Issues. The Chairs Are Specialized Chairs Which Must Be Sturdy Enough For Patients Of All Weights And Which Can Be Adjusted For The Varied Patients Seen In The Eye Clinic. They Must Be Adjustable Up And Down For Patients Of Different Heights And To Optimize Examination Of Different Parts Of The Eye. They Also Must Be Able To Recline To Optimize Examination Of Different Parts Of The Eye. The Chairs Linked With The Equipment Stands That Are Needed To Operate The Chairs And Must Be Compatible. The Chairs Should Be Wheelchair Accessible With Gliders To Accommodate Such Patients. This Is A Brand Name Or Equal Requirement. Reliance Chair And Stands Is The Basis Of Design. Table 1 Package Items Summary Item # Item Description Part # (basis Of Design) Quantity 1 Reliance Fx-920-l Chair, #20 Pearl, Requires Upholstery Includes White Glove Delivery, Assembly And Installation Onsite. Color Cs0rlfx920u Cs0rlfx920l20 4 2 Reliance Fx920 Cushion Set, #301 Black Cs0rlfx920ubl 4 3 Reliance 942 Chair Glide Cs1rl942 4 4 Reliance 7900-ic Floor Unit - With Wheelchair Modification #20 Pearl Cs0rl7900icw20fg 4 Va Nj Point Of Contact: Dr. Catherine Chiu, Optometrist 908-647-0180 X 214590 Ship To Address Attn: Warehouse Va Medical Center 151 Knollcroft Road Building 13 Lyons Nj 07939 Bill To Address Fms (561) (ref Po Number) Po Box 149971 Austin, Tx 78714 Requirements 4 Reliance Chair And Stand Warranty: One Year Minimum Required. Manuals: At No Charge Fob: Destination Time Of Delivery: On Or Before 30 Days Aro. Va Maintenance/installation Contract Requirements A Prohibition On Unauthorized Disclosure: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. See Va Handbook 6500.6, Appendix C, Paragraph 3.a A Requirement For Data Breach Notification: Upon Discovery Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access, The Contractor/subcontractor Shall Immediately And Simultaneously Notify The Cotr, The Designated Iso, And Privacy Officer For The Contract. The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. See Va Handbook 6500.6, Appendix C, Paragraph 6.a A Requirement To Pay Liquidated Damages In The Event Of A Data Breach: In The Event Of A Data Breach Or Privacy Incident Involving Spi The Contractor Processes Or Maintains Under This Contract, The Contractor Shall Be Liable To Va For Liquidated Damages For A Specified Amount Per Affected Individual To Cover The Cost Or Providing Credit Protection Services To Those Individuals. See Va Handbook 6500.6, Appendix C, Paragraph 7.a., 7d. A Requirement For Annual Security/privacy Awareness Training: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Complete On An Annual Basis Wither: (i) The Va Security/privacy Awareness Training (contains Va Security/privacy Requirements) Within 1 Week Of The Initiation Of The Contract, Or (ii) Security Awareness Training Provided Or Arranged By The Contractor That Conforms To Va S Security/privacy Requirements As Delineated In The Hard Copy Of The Va Security Awareness Training Provided To The Contractor. If The Contractor Provides Their Own Training That Conforms To Va S Requirements, They Will Provide The Cotr Or Co, A Yearly Report (due Annually On The Date Of The Contract Initiation) Stating That All Applicable Employees Involved In The Va S Contract Have Received Their Annual Security/privacy Training That Meets Va S Requirements And The Total Number Of Employees Trained, See Va Handbook 6500.6, Appendix C, Paragraph9 A Requirement To Sign Va S Rules Of Behavior: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Sign On Annual Basis An Acknowledgement That They Have Read Understand, And Agree To Abide By Va S Contractor Rules Of Behavior Which Is Attached To This Contract. See Va Handbook 6500.6, Appendix C, Paragraph 9, Appendix D. Note: If Medical Device Vendor Anticipates That The Services Under This Contract Will Be Performed By 10 Or More Individuals, The Contractor Rules Of Behavior May Be Signed By The Vendor S Designated Representative. The Contract Must Reflect By Signing The Rules Of Behavior On Behalf Of The Vendor That The Designated Representative Agrees To Ensure That All Such Individuals Review And Understand The Contractor Rules Of Behavior When Accessing Va S Information And Information Systems. This Acquisition Does Not Require Services That Involve Connection Of One Or More Contractor-owned It Devices To A Va Internal Trusted Network. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. Required Specs Salient Characteristics: Ophthalmic Stand Qty 4 Provide Maximum Access To Patients And Compatibility With Reliance Chairs Includes Chair Controls With Three Wells, 3-3.5v Charging For Handheld Instruments Arm For Slit Lamp That Allows Adjustment With A Single Hand - 12 Vertical Travel With Can Counterbalance Instruments 12-60 Lbs And Can Be Raised/lowered Arm For Upper Refactor With 10 Vertical Movement And Supports 20-50 Lbs Backlit Membrane Switches Halogen Lamp With Arm Adjustments Wheelchair Access With Glider Complying To Ada Standards Ophthalmic Chair Qty 4 Power Base And Top. Use Finger Switches Or Corded Foot Switch To Raise, Lower Or Tilt Chair Auto Return Button Returns Chair To The Upright Position Membrane Switches And Rotation Lock Control All Operations Of The Chair From A Sitting Or Standing Position Armrest Locks Release Mechanism Allows Patients To Sit Or Leave From Either Side Of Chair Hydraulic Base Supporting 600lbs Concave Headrest For Allowing For Diagnostic Views Va Patient Privacy And Network Infrastructure None Of The Equipment Listed Within This Procurement Package Will Access The Va Network Or Store Any Sensitive Patient Information. Any Contractors That Will Come On-site For Install Will Not Need Access To The Va Network. All Contractors Must Comply With Va Regulation And Complete The Following Training: "va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access Or Use To Va Sensitive Information." Reference The Attached Handbook 6500.6 Appendix A - Checklist For Information Security In The Initiation Phase Of Acquisitions. The System Does Not Transmit Or Maintain Electronic Protected Health Information. A Manufacturer Disclosure Statement For Medical Device Security (mds2) Form Is Not Applicable. The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors 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: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)ânorth American Industry Classification System (naics) Code And Small Business Size Standard.âthe Naics Code(s) And Small Business Size Standard(s) For Thisâacquisitionâappear Elsewhere In Theâsolicitation. However, The Small Business Size Standard For A Concern That Submits Anâoffer, Other Than On Aâconstructionâor Serviceâacquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâinformation Technologyâvalue-added Resellers Under Naics Code 541519, If Theâacquisition (1)is Set Aside For Small Business And Has A Value Above Theâsimplified Acquisition Threshold; (2)uses Theâhubzoneâprice Evaluation Preference Regardless Of Dollar Value, Unless Theâofferorâwaives The Price Evaluation Preference; Or (3)is An 8(a),âhubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)âsubmission Ofâoffers. Submit Signed And Datedâoffersâto The Office Specified In Thisâsolicitationâat Or Before The Exact Time Specified In Thisâsolicitation.âoffersâmayâbe Submitted On Theâsf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâsolicitation. As A Minimum,âoffersâmustâshow (1)âtheâsolicitationânumber; 36c24225q0301 (2)âthe Time Specified In Theâsolicitationâfor Receipt Ofâoffers; (3)âthe Name, Address, And Telephone Number Of Theâofferor; (4)âa Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâsolicitation. Thisâmayâinclude Product Literature, Or Other Documents, If Necessary; (5)âterms Of Any Expressâwarranty; (6)âprice And Any Discount Terms; (7)â"remit To" Address, If Different Than Mailing Address; (8)âa Completed Copy Of The Representations And Certifications At Federalâacquisitionâregulation (far)â52.212-3â(see Farâ52.212-3(b) For Those Representations And Certifications That Theâofferorâshallâcomplete Electronically); (9)âacknowledgment Ofâsolicitationâamendments; (10)âpast Performanceâinformation, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11)âif Theâofferâis Not Submitted On Theâsf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâsolicitation.âoffersâthat Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâsolicitationâmayâbe Excluded From Consideration. (c)âperiod For Acceptance Ofâoffers. Theâofferorâagrees To Hold The Prices In Itsâofferâfirm For 30 Calendar Days From The Date Specified For Receipt Ofâoffers, Unless Another Time Period Is Specified In An Addendum To Theâsolicitation. (d)âproduct Samples. When Required By Theâsolicitation, Product Samplesâshallâbe Submitted At Or Prior To The Time Specified For Receipt Ofâoffers. Unless Otherwise Specified In Thisâsolicitation, These Samplesâshallâbe Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)âmultipleâoffers.âofferorsâare Encouraged To Submit Multipleâoffersâpresenting Alternative Terms And Conditions, Including Alternativeâline Itemsâ(provided That The Alternativeâline Itemsâare Consistent With Farâsubpartâ 4.10), Or Alternativeâcommercial Productsâorâcommercial Servicesâfor Satisfying The Requirements Of Thisâsolicitation. Eachâofferâsubmitted Will Be Evaluated Separately. (f)âlate Submissions, Modifications, Revisions, And Withdrawals Ofâoffers. (1)âofferorsâare Responsible For Submittingâoffers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâsolicitationâby The Time Specified In Theâsolicitation. If No Time Is Specified In Theâsolicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâoffersâor Revisions Are Due. (2) (i)âanyâoffer, Modification, Revision, Or Withdrawal Of Anâofferâreceived At The Government Office Designated In Theâsolicitationâafter The Exact Time Specified For Receipt Ofâoffersâis "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâcontracting Officerâdetermines That Accepting The Lateâofferâwould Not Unduly Delay Theâacquisition; And- (a)âif It Was Transmitted Through Anâelectronic Commerceâmethod Authorized By Theâsolicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâdayâprior To The Date Specified For Receipt Ofâoffers; Or (b)âthere Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâoffersâand Was Under The Government S Control Prior To The Time Set For Receipt Ofâoffers; Or (c)âif Thisâsolicitationâis A Request For Proposals, It Was The Only Proposal Received. (ii)âhowever, A Late Modification Of An Otherwise Successfulâoffer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâmayâbe Accepted. (3)âacceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâofferâwrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)âif Anâemergencyâor Unanticipated Event Interrupts Normal Government Processes So Thatâoffersâcannot Be Received At The Government Office Designated For Receipt Ofâoffersâby The Exact Time Specified In Theâsolicitation, And Urgent Government Requirements Preclude Amendment Of Theâsolicitationâor Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâoffersâwill Be Deemed To Be Extended To The Same Time Ofâdayâspecified In Theâsolicitationâon The First Workâdayâon Which Normal Government Processes Resume. (5)âoffersâmayâbe Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâoffers. Oralâoffersâin Response To Oralâsolicitationsâmayâbe Withdrawn Orally. If Theâsolicitationâauthorizes Facsimileâoffers,âoffersâmayâbe Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâoffers, Subject To The Conditions Specified In Theâsolicitationâconcerning Facsimileâoffers. Anâofferâmayâbe Withdrawn In Person By Anâofferorâor Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâoffers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâoffer. (g)âcontract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâoffersâand Award A Contract Without Discussions Withâofferors. Therefore, Theâofferor S Initialâofferâshouldâcontain Theâofferor S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâcontracting Officerâto Be Necessary. The Governmentâmayâreject Any Or Allâoffersâif Such Action Is In The Public Interest; Accept Other Than The Lowestâoffer; And Waive Informalities And Minor Irregularities Inâoffersâreceived. (h)âmultiple Awards. The Governmentâmayâaccept Any Item Or Group Of Items Of Anâoffer, Unless Theâofferorâqualifies Theâofferâby Specific Limitations. Unless Otherwise Provided In The Schedule,âoffersâmayânot Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâofferorâspecifies Otherwise In Theâoffer. (i)âavailability Of Requirements Documents Cited In Theâsolicitation. (1) (i)âthe Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâhttps://assist.dla.mil. (ii)âif The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâsolicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâsolicitationâmayâbe Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)âmost Unclassified Defense Specifications And Standardsâmayâbe Downloaded From The Assist Website Atâhttps://assist.dla.mil. (3)âdefense Documents Not Available From The Assist Websiteâmayâbe Requested From The Defense Standardization Program Office By (i)âusing The Assist Feedback Module (âhttps://assist.dla.mil/ Feedback); Or (ii)âcontacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâassisthelp@dla.mil. (4)ânongovernment (voluntary) Standardsâmustâbe Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)âunique Entity Identifier.(applies To Allâoffersâthat Exceed Theâmicro-purchase Threshold, Andâoffersâat Or Below Theâmicro-purchase Thresholdâif Theâsolicitationârequires The Contractor To Beâregistered In The System For Award Management (sam).) Theâofferorâshallâenter, In The Block With Its Name And Address On The Cover Page Of Itsâoffer, The Annotation "unique Entity Identifier" Followed By Theâunique Entity Identifierâthat Identifies Theâofferor's Name And Address. Theâofferorâalsoâshallâenter Itsâelectronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâunique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâofferorâto Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâsubpartâ 32.11) For The Same Entity. If Theâofferorâdoes Not Have Aâunique Entity Identifier, Itâshouldâcontact The Entity Designated Atâwww.sam.govâforâunique Entity Identifierâestablishment Directly To Obtain One. Theâofferorâshouldâindicate That It Is Anâofferorâfor A Government Contract When Contacting The Entity Designated Atâwww.sam.govâfor Establishing Theâunique Entity Identifier. (k)â[reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. Questions: Request For Information (rfi)/questions Shall Be Submitted In Writing Via Email To Lorraine Hussain At Lorraine.hussain@va.gov. Telephonic Questions Will Not Be Accepted. Request For Information/questions Will Not Be Accepted After February 6, 2025, 10:00 Am Est. Questions Will Be Answered In An Amendment To The Solicitation. Submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than Februaray 10th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0301. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: A. Completed Acknowledgement Of Amendments Sections (if Applicable). B. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. C. Past Performance Information Via 52.212-2 Evaluation Section. D. Completed Section Price/cost Schedule. E. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And Conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services Basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. The Following Factors Shall Be Used To Evaluate Quotations: Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. The Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Chairs, Glides And Stands As Stated In The Sow. Specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For As Specified In Scope Of Work. See The Sow. Technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. Authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized To Install Reliance Equipment Specified In Sow. Past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. 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 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. 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. 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: (end Of Addendum To Far 52.212-2) Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023) 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- Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) 52.225-1 Buy American Supplies And Provision 52.225-2 Buy American Certificate 52.252-2 Clauses Incorporated By Reference (feb 1998) Vaar 852.211-72 Technical Industry Standards (nov 2018) Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Vaar 852.247-73 Packing For Domestic Shipment (oct 2018) Solicitation Provisions The Provision At 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024). {end Of Addendum} 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) 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1, The Following Provisions Incorporated Into This Addendum By Reference In Accordance With Far 52.252-1. 52.212-2 Evaluation-commercial Products And Commercial Services (nov2021) 52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (sept 2023) 52.216-1 Type Of Contract (april 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) All Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov. Award Will Be Based In Accordance With The Simplified Acquisition Procedures Of Far 13. The Quotes Will Be Evaluated By Lpta As Well As The Technical Criteria Included In The Sow. 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 February 10, 2025 3:00pm Est At Lorraine.hussain@va.gov. Telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@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 Lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date10 Feb 2025
Tender AmountUSD 51.5 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
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 A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Water Softener And Controls For Use At Boiler Plant. This Procurement Will Also Include Removal Of The Existing Equipment, Installation, And Training Of The Newly Purchased Water Softener System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description qty price 1 model Bk-ds-lwt-3-1200 Twin Alternating Softener 1 â  2 installation 1 â  3 old Unit Decommissioned And Disposed In Specified Area At Facility 1 â  4 training On Use Of Equipment And Maintenance â  â  5 warranty â  â  statement Of Work (sow) contract Title: Boiler Plant Water Softener background: Building 261, Boiler Plant, Water Softener Is A Critical Part Of Daily Facility-wide Heating Operations. At This Time, The Dual-tank Softener System Is Beyond Expected Serviceable Lifespan And Becoming Unreliable. Furthermore, These Units Require Obsolete Replacement Parts That Are Becoming Increasingly Expensive And Hard To Procure. scope: Contractor To Remove Existing Water Softener Skid And Replace With A New Unit. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Old Units And All Associated Equipment Will Be Placed In Gravel Area Behind Boiler Plant For Turn-in To Va Logistics Service For Decommissioning/disposal. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Water Softener Tanks, Stands, Brine Measuring Tank, Associated Control Boxes And Cabling, And All Other Water Softener Accessories Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Removal Of Existing Equipment 4.1.1 Subtask 1 - Removal Of Existing Water Softener Skid, And All Associated Components. contractor Shall Properly Remove Existing Softener Tanks, Stands, Supply And Drain Piping To Nearest Valve Or Connection To Drain Manifold; And Electrical Wiring To Existing Junction Boxes/disconnect Panels. 4.2 Task 2 - Receive And Install New Equipment 4.2.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 4.2.2 Subtask 2 - Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.3 Task 3 Provide Staff Training On Equipment 4.3.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In New Water Softener. Vendor To Furnish Va With Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. task 4 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. Ideally, Work Should Be Scheduled Once Seasonal Plant Loads Begin To Lower (warmer Outside). deliverables: 5.1 Task 1 Twin-tank Alternating Softener plc-allen Bradley 1400 To Be Controlled By Plcs On Adjacent Ro System, Service Flow Rates Per Tank Of 185 Gpm To 230 Gpm, Backwash Flow Rate 60 Gpm. Two 48 X72 Carbon Steel Resin Tanks, 100# Non-code Construction, Interior Holding Two-component Epoxy, Carboline, Hydroplate 1086 4-10mils. Semi-gloss Finish, Off-white, Certified To Ansi/nsf 61. Exterior Polyamidoamine Epoxy, Tnemec N69f, Satin Finish Safety Blue. Four Point Pvc Upper Distributor, Hub/radial Pvc Lower Distributor. Media (per Tank): Support Gravel 1000lbs, 40 Cubic Feet Resin Per Tank, 10% Crosslinked Resin, 1,200,000 Grains Capacity Per Regeneration, 600lbs Salt Per Regeneration. Face Piping, Diaphragm Valve Nest, Aquamatic Series V42 Valves, 3 Service Valves, 1.25 Regeneration Valves, Galvanized Pipe And Fittings, Pressure Gauges & Sample Cocks, System Control Existing Plc In Ro Main Panel, Solenoid Panel For Connection To Existing Plc (polycarbonate Enclosure). Meter 1x Signet Paddlewheel Flow Sensor W/electronic Pick-up, Installation Fitting, 3 Iron Saddle. 5.1 Task 2 Brine-measuring Tank brine Measuring Tank, 42 X60 Polyethylene Brine Tank Assembly, 2x Level Switches, Aquamatic Valves And Fittings, Control Panel For Refill From Existing Outdoor Brine Silo. 5.2 One Year Parts And Labor Warranty all Components To Include One-year Parts And Labor Warranty 5.3 Freight vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In New Water Softerner. Contractor To Furnish Va With Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 5.6 Shop Drawings shop Drawings To Include All Dimensions Of System Components. shop Drawings To Include Technical Specifications Of All System Components Including, But Not Limited To: unit Voltage/amperage Requirements unit Plumbing Requirements. 6. Performance Monitoring the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service. 7. Security Requirements contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted. 9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work. 10. Place Of Performance. the Place Of Performance building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer. 9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. 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 (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) 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 Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions 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, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) 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 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) 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 Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. 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. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) 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: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
Closing Date7 Mar 2025
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Laboratory Equipment and Services
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, In Conjunction With Far Part 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Separate Written Solicitation Will Not Be Issued. The Solicitation Number Is Ht941025q2035. It Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective 01/17/2025. The North American Industry Classification System (naics) Code For This Acquisition Is 811210. The Size Standard Is $34.0 (millions Of Dollars). This Is An Unrestricted Procurement, Inviting Full And Open Competition. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. this Requirement Is For Services. defense Health Agency (dha) Western Markets Contracting Division Requests Responses From Qualified Sources Capable Of Providing The Following: annual Preventive Maintenance And Calibration Service Of Various Hospital Laboratory Analyzers At U.s. Naval Hospital Okinawa (usnho), Japan. items Required: See Far 52.212-1 And Far 52.212-2 Addendums For Ht941025q2035 clin 0001: Preventive Maintenance & Calibration For Various Laboratory Analyzers In Accordance With The Attached Statement Of Work To Be Provided At Usnho location: Usnho Laboratory Dept, 960 Tarawa Rd, Ginowan City, Okinawa, Japan 901-2202 period Of Performance (pop): April 01, 2025 - March 31, 2026 quantity: 1 unit Of Issue: this Acquisition Incorporates By Reference The Following Far Provisions And Clauses: 52.204-7 System For Award Management (oct 2018) 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-representation (nov 2015) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services (deviation 2023-o0002) (dec 2022), Alternate I (oct 2014) 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (dec 2022) 52.219-1 Small Business Program Representations (deviation 2023-o0002) (dec 2022), Alternate I (sep 2015) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) the Following Additional Defense Federal Acquisition Regulation Supplement (dfars) Provisions And Clauses Applicable To This Acquisition Are Incorporated By Reference: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (sep 2013) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7003 Control Of Government Personnel Work Product (apr 1992) 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (jan 2023) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023) 252.204-7022 Expediting Contract Closeout (may 2021) 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) (jun 2023) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7976 Contractor Personnel Performing In Japan (deviation 2018-o0019)(aug 2018) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) 252.232-7010 Levies On Contract Payments (dec 2006) 252.239-7098 Prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation (deviation 2021-o0003) (apr 2021) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (dod Contracts) (jan 2023) 252.246-7003 Notification Of Potential Safety Issues (jan 2023) 252.246-7008 Sources Of Electronic Parts (jan 2023) 252.247-7023 Transportation Of Supplies By Sea—basic (jan 2023) the Following Far Provisions And Clauses Incorporated By Full Text Apply To This Acquisition: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At52.212-3, Offeror Representations And Certifications-commercial Productsorcommercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At52.212-3. (a)definitions.as Used In This Provision— backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Componenthave The Meanings Provided In The Clause52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2)section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c)procedures.the Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services". (d)representation.the Offeror Represents That— (1)itwill,will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And (2)after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— itdoes,does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e)disclosures. (1)disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2)disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.212-1 Instructions To Offerors—commercial Products And Commercial Services (sep 2023) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition— (1)is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold; (2)uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or (3)is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show— (1) The Solicitation Number; (2) The Time Specified In The Solicitation For Receipt Of Offers; (3) The Name, Address, And Telephone Number Of The Offeror; (4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; (5) Terms Of Any Express Warranty; (6) Price And Any Discount Terms; (7) "remit To" Address, If Different Than Mailing Address; (8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); (9) Acknowledgment Of Solicitation Amendments; (10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender’s Request And Expense, Unless They Are Destroyed During Preaward Testing. (e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due. (2) (i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And- (a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or (b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government’s Control Prior To The Time Set For Receipt Of Offers; Or (c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received. (ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted. (3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer. (g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer. (i) Availability Of Requirements Documents Cited In The Solicitation. (1) (i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101–29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil. (3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By— (i) Using The Assist Feedback Module (https://assist.dla.mil/​feedback); Or (ii) Contacting The Defense Standardization Program Office By Telephone At 571–767–6688 Or Email At Assisthelp@dla.mil. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Offeror's Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier. (k) [reserved] (l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable: (1) The Agency’s Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror’s Offer. (2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror. (3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection. (4) A Summary Of The Rationale For Award; (5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror. (6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency. addendum To Far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services the Following Is Inserted As New Paragraph (m) Of The Provision: (m) Quoter Instructions the Government Intends To Award A Firm-fixed-price (ffp) Contract Resulting From This Rfq To The Responsible Quoter, Whose Quote Conforms To The Solicitation And Is The Most Advantageous (best Value) To The Government, Price And Other Factors Considered As Defined In The Evaluation Factors For Award Section Below. The Government Will Review The Quotes Received To Determine If They Are Compliant With The Rfq Requirements. A Compliant Quote Is One That Meets All Of The Terms, Conditions, And Specifications In The Rfq. The Quoter Must Provide All Documents Listed And Comply With All Rfq Instructions In Order For Their Quote To Be Considered “compliant” With This Rfq. Only Compliant Quotes Will Be Evaluated For Award. all Questions Regarding The Rfq, Of A Contractual Or Technical Nature, Must Be Submitted Electronically By Email To Adrian.m.nerida.civ@health.mil No Later Than :00 On Wednesday, February 19, 2025. Questions Submitted After The Specified Date And Time May Not Receive A Response. Questions, Along With The Government’s Responses, Will Be Posted As An Attachment To The Rfq. Please Be Advised That The Government Reserves The Right To Transmit Those Questions And Answers Of A Common Interest To All Prospective Quoters. quoters Are Instructed To Electronically Submit Their Technical And Past Performance Quotation In Separate Files, Formatted In Portable Document Format (pdf) With A .pdf File Extension As Follows: - Factor 1: Technical Capability: the Quoter Shall Submit A Capabilities Statement, Not To Exceed Ten (10) Pages, Demonstrating The Quoter’s Technical Capability To Perform The Required Services In Accordance With Attachment 1 Statement Of Work (sow). The Quoter Shall Specifically Address Each Element Identified Under 4-preventive Maintenance (pm) Program, 5-contractor Requirements And Experience/training Of The Sow. Capabilities Statements Shall Be No More Than 10 Pages, In 12-point Times New Roman Font, And With 1-inch Margins. Spacing Is At The Discretion Of The Quoter. offerors Are Cautioned Against Restating Pws Requirements In Their Proposal, Particularly With Regard To Technical Requirements; And Must State How All Requirements Will Be Met. Statements Such As "the Offeror Understands" And "the Offeror Shall/can Comply," Along With Reference Or Industry References Does Not Reflect That The Offeror Understands The Requirements And Will Likely Result In A Diminished Evaluation Rating. - Factor 2: Past Performance: the Quoter Shall Use Attachment 2 (past Performance Questionnaire) To Provide Completed References For Two (2) Projects Where You Have Provided Recent And Relevant Performance Of The Same Or Similar Services Required In This Solicitation Within The Past Three (3) Years From The Date Of Issuance Of This Rfq. Past Performance Will Be Evaluated Based On Information From References Provided And From Authorized Government Past Performance Systems And Resources, Including The Contractor Performance Assessment Rating System (cpars). recent Is Defined As Services Performed Within The Past Three (3) Years From The Date Of Issuance Of This Rfq. Relevant Is Defined As Services The Same As Or Similar To The Services Specified In The Pws Provided In An Oconus Environment. An Offeror Who Provides Past Performance In The Pacific Rim May Be Rated Higher Than An Offeror Who Provides Past Performance In Other Areas Oconus. Past Performance Information Not Meeting The Above Criteria Will Not Be Used For Evaluation. quoters Are Instructed To Electronically Submit Their Pricing Quotation In A Separate File, Formatted In Portable Document Format (pdf) With A .pdf File Extension. - Factor 3: Price: the Quoter Shall Submit Comprehensive Quotes In Accordance With The Outlined Specifications. Clearly Itemize All Costs Associated With The Requested Goods Or Services. Ensure That Your Quote Is Valid For The Specified Duration. Additionally, Provide Any Relevant Certifications Or Qualifications That Demonstrate Your Ability To Fulfill The Requirements. Quote Needs To Match Clin Structure Shown On Page 1 Of This Solicitation. - Completed Provisions: quoters Shall Be Registered In The System For Award Management (sam) With The Appropriate Naics Code And Completed Representations And Certifications And Shall Not Have Any Active Exclusions Listed Within Sam. Additionally, The Quoter Shall Include One (1) Copy Of The Following Far Provision(s) Located Within This Rfq That Shall Be Completed And Included With The Quote: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment late Submissions May Not Be Considered. it Is A Quoter’s Responsibility, When Transmitting Its Quote Electronically, To Ensure The Quote’s Timely Delivery By Transmitting The Quote Sufficiently In Advance Of The Time Set For Receipt Of Quotes To Allow For Timely Receipt By The Government No Later Than The Date And Time Stated In This Rfq. Quoters Shall Allow Adequate Time To Upload Files, Which May Be Slower For Non-dod Users, And To Avoid Other Technical Difficulties That May Be Encountered. A Quoter Risks The Late Receipt And Rejection Of A Quote Where It Delays Transmitting Its Quote Until The Last Few Minutes Before The Time Set For Receipt Of Quotes. Quotes That Are Received After The Date And Time Stated In This Rfq Will Not Be Considered Except At The Discretion Of The Contracting Officer; The Contracting Officer Reserves Full Discretion To Accept Any Late Quotes At Any Time Prior To Award If It Serves The Best Interest Of The Government. quoters Are Responsible For Submitting Their Quote In The Format Specified, Consistent With Requirements Stated Elsewhere In This Rfq. Quoters Are Asked To Submit Only The Information Required. Files That Cannot Be Opened Or Are Otherwise Missing The Required Content Are The Responsibility Of The Quoters. Submissions That Do Not Adhere To Format And Content Requirements May Be Considered Non-compliant. The Government Reserves The Right To Eliminate Any Such Quotes From Consideration For Award. quotations Must Be Received No Later Than 08:00 Am On , 21, 2025. (end Of Provision) 52.212-2 Evaluation—commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Quotes: (1) Technical Capability (2) Past Performance (3) Price technical Capability Will Be Rated On An Acceptable/unacceptable Basis, And Past Performance Will Be More Important Than Price. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. addendum To Far 52.212-2, Evaluation—commercial Products And Commercial Services the Following Is Inserted As New Paragraph (d) Of The Provision: (d) Evaluation Factors For Award contract Award Shall Be Made On A “past Performance Price Tradeoff” Basis. This Process Allows For A Tradeoff Between Past Performance And Price And Allows The Government To Accept Other Than The Lowest Priced Quote Or Other Than The Highest Rated Quote To Achieve A Best-value Contract Award. This May Result In An Award To A Higher-rated, Higher-priced Quote If The Government Determines That The Past Performance Of The Higher-priced Quote Outweighs The Price Difference. The Selection Process Is Subjective By Nature And Professional Judgment Is Implicit Throughout The Tradeoff Process. the Quoter’s Technical Capability Will Be Evaluated To Determine If It Is Acceptable Or Unacceptable In Accordance With The Evaluation Criteria Stated In This Rfq. If A Quoter’s Technical Capability Is Determined To Be Unacceptable, The Quoter Will No Longer Be Considered For Award. Award Will Be Made To The Quoter Providing A Quote That Is Deemed Most Advantageous To The Government, Whose Technical Capability Has Been Determined To Be “acceptable” And Trading Off Past Performance Against Price. Past Performance Is More Important Than Price. the Government Intends To Award Based On Initial Quotes. Notwithstanding This Intent, The Contracting Officer Reserves The Right To Conduct Exchanges If It Is Within The Best Interest Of The Government, A Matter Within Their Discretion. factor 1: Technical Capability: the Government Will Use The Following Ratings/descriptions In Table 1 When Evaluating Technical Capability: table 1. Technical Capability Ratings rating description acceptable quote Clearly Demonstrates The Quoter’s Technical Capability To Perform The Required Services In Accordance With The Performance Objectives. unacceptable quote Does Not Clearly Demonstrate The Quoter’s Technical Capability To Perform The Required Services In Accordance With The Performance Objectives. Offerors Will Be Ineligible For Further Consideration For Award. factor 2: Past Performance: the Government Will Evaluate Past Performance By Reviewing The Quoter’s Submitted Past Performance Information And Information From Other Sources That May Include, But Are Not Limited To, Government Personnel And Information Retrieved Through Cpars. the Past Performance Evaluation Will Result In An Integrated Assessment Of The Quoter’s Probability Of Successfully Performing The Rfq Requirements. The Past Performance Evaluation Considers Each Quoter’s Demonstrated Recent And Relevant Record Of Performance In Performing Services The Same As Or Similar To The Services Specified In The Pws. The Government Will Consider The Recency And Relevance Of The Information, The Source Of The Information, Context Of The Data, And General Trends In The Quoter’s Performance. The Past Performance Confidence Assessment Rating Is Based On The Quoter’s Overall Record Of Recency, Relevancy, And Quality Of Performance. These Are Combined To Establish One Performance Confidence Assessment Rating For Each Quoter. the Government Will Use The Following Relevancy Definitions In Table 2 When Determining Relevant Past Performance: table 2. Relevancy relevancy definition relevant past Performance Effort Involved Performance Of Services The Same As Or Similar To The Services Specified In The Pws Provided In An Oconus Environment not Relevant past Performance Effort Involved Little Or No Performance Of Services The Same As Or Similar To The Services Specified In The Pws. the Government Will Use The Following Ratings/descriptions In Table 3 When Evaluating Past Performance: table 3. Performance Confidence Assessment Ratings rating description substantial Confidence based On The Quoter’s Recent/relevant Performance Record, The Government Has A High Expectation That The Quoter Will Successfully Perform The Required Effort. satisfactory Confidence based On The Quoter’s Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Quoter Will Successfully Perform The Required Effort. neutral Confidence no Recent/relevant Performance Record Is Available Or The Quoter’s Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. The Quoter May Not Be Evaluated Favorably Or Unfavorably On The Factor Of Past Performance. limited Confidence based On The Quoter’s Recent/relevant Performance Record, The Government Has A Low Expectation That The Quoter Will Successfully Perform The Required Effort. no Confidence based On The Quoter’s Recent/relevant Performance Record, The Government Has No Expectation That The Quoter Will Be Able To Successfully Perform The Required Effort. Offerors Will Be Ineligible For Further Consideration For Award. factor 3: Price: the Government Will Evaluate The Quoted Price For Price Reasonableness. The Following Price Analysis Techniques May Be Used To Ensure A Fair And Reasonable Price: - Comparison Of Quoted Prices Received In Response To The Solicitation. - Comparison Of Quoted Prices With The Independent Government Estimate. - Comparison Of Quoted Prices With Available Historical Information. price Must Be Determined Fair And Reasonable In Order To Be Eligible For Award. A Price Is Reasonable If, In Its Nature And Amount, It Does Not Exceed That Which Would Be Incurred By A Prudent Person In The Conduct Of Competitive Business. A Price That Is Found To Be Unreasonably High May Be Indicative Of An Inherent Lack Of Understanding Of The Solicitation Requirements And May Result In The Overall Quote Not Being Considered For Award.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 53 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 53 description page 4 Of 53 page 4 Of 53 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 03, 2025. this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066. the Va Brockton Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal. the Contract Period Of Performance Is 02/10/2025 02/09/2026. place Of Performance/place Of Delivery: 940 Belmont St brockton, Ma 02301-5596 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 Items far 52.212-3, Offerors Representations And Certifications Commercial Items 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. 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) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023 (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51, gray Market Items (apr 2020) (a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government. the Following Are The Decision Factors: price technical Review 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 6:00am Est On 01/20/2025 At Frederic.revah1@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 page 1 Of 52 page 1 Of page 7 Of 53 page 7 Of 53 page 1 Of page 1 Of a.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Rater contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nux20 Ng 0002 10.00 ea __________________ __________________ scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nu Trace R+scan 0003 1.00 ea __________________ __________________ laser Etching - Up To 9500 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Etching 0004 1.00 ea __________________ __________________ lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Start Up 0005 1.00 ea __________________ __________________ service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, 2 On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner. contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Pm grand Total __________________ a.4 Delivery Schedule item Number shipping Information quantity delivery Date 0001 ship To: department Of Veterans Affairs brockton Va Medical Center 940 Belmont Street brockton, Ma 02301 5596 usa 1.00 02/09/2026 mark For: michelle Stgermain 857-203-6078 michaelle.stgermain@va.gov fob: destination 0002 10.00 fob: destination 0003 1.00 fob: destination 0004 1.00 fob: destination 0005 1.00 fob: destination 36c24125q0191 page 1 Of page 1 Of page 26 Of 53 page 26 Of 53 page 1 Of page 1 Of section C - Contract Clauses c.2 Vaar 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 Multipleaward 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). section D - Contract Documents, Exhibits, Or Attachments see Attached Document: P09 Laser Etching Sow Brockton 02. 36c24125q0191 page 1 Of page 1 Of page 53 Of 53 page 53 Of 53 page 1 Of page 1 Of section E - Solicitation Provisions addendum To Far 52.212-1 Instructions To Offerors 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: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) e.3 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 nov 2024 52.211-6 brand Name Or Equal aug 1999 52.233-2 service Of Protest sep 2006 52.204-16 commercial And Government Entity Code Reporting aug 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) e.4 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) basis For Award. The Government Will Issue A Purchase Order 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: Price Technical Review technical And Past Performance, When Combined, Are Equal To 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: 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 Veteran Small Business Certification (vetcert) Database At Time Of Quotation Submission And At Time Of Award (https://veterans.certify.sba.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 Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.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.
Closing Date20 Jan 2025
Tender AmountRefer Documents 
2081-2090 of 2096 archived Tenders