Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
DOCUMENT

67 -- Chapter 31 Self Employment Equipment - Attachment

Notice Date
7/28/2017
 
Notice Type
Attachment
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0365
 
Response Due
8/11/2017
 
Archive Date
10/10/2017
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. VA101V-17-Q-0365 the Combined Synopsis Solicitation is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 333316 Business Size Standard 1,000 Employees. The Department of Veterans Affairs, Vocational Rehabilitation and Employment Division, Lincoln VA Regional Office in Lincoln, NE. has a requirement to procure camera equipment needed in order to assist a Chapter 31 Veteran with Self-Employment. Below is a listing of the required items. Manufacturer brand names have been specified however, veteran will accept product of equal make. CLIN Mfr/Description Mfr Part Nbr Qty/ unit Extended Price Total Price 0001 Canon EOS 5D Mark IV DSLR Camera (Body Only) B&H # CAE5D4 1483C002 1 / EA 0002 Canon EF 24-70mm f/2.8L II USM Lens B&H# CA247028LII 5175B002 1 / EA 0003 Canon EF 24-200mm f/2.8L IS II USM Lens B&H# CA7020028LIQ 2751B002 1 / EA 0004 Canon EF 100mm f/2.8L Macro IS USM Lens B&H# CA10028LMIS 3554B002 1 / EA 0005 Canon EF 11-24mm f/4L USM Lens B&H# CA11244LUSM 9520B002 1 / EA 0006 Canon EF 100-400mm f/4.5-5.6L IS II USM Lens B&H# CA1004002LIS 9524B002 1 / EA 0007 B+W 82mm XS-Pro Kaesemann High Transmission Circular Polarizer MRC-Nano Filter B&H# BWKCPXSPH82 66-1081479 1 / EA 0008 B+W 77mm XS-Pro Kaesemann High Transmission Circular Polarizer MRC-Nano Filter B&H# BWKCPXSPH77 66-1081478 1 / EA 0009 B+W 77mm UV Haze MRC 010M Filter B&H# BWUVMC77 66-070252 1 / EA 0010 B+W 82mm UV Haze MRC 010M Filter B&H# BWUVMC82 66-045076 1 / EA 0011 B+W 67mm UV Haze MRC 010M Filter B&H# BWUVMC67 66-070236 1 / EA 0012 Manfrotto Alu Master Air-Cushioned Stand (Black 12 ) B&H# MA1004BAC 1004BAC 1 / EA 0013 DJI Inspire 1 v2.0 PRO Black Edition Quadcopter with Zenmuse X5 4K Camera and 3-Axis Gimbal B&H@ DJCPBX011502 CP.BX.000115.02 1 / EA 0014 Shipping charges Bellevue NE 68123 1 / LT TOTAL FOR QUOTE: Description of Requirement The Department of Veterans Affairs, Vocational Rehabilitation and Employment Division, Lincoln VA Regional Office in Lincoln, NE. has a requirement to procure camera equipment needed in order to assist a Chapter 31 Veteran with Self-Employment. Below is a listing of the required items. Manufacturer brand names have been specified however, veteran will accept product of equal make. Delivery Date: 45 Days ARO FOB Destination Point: For estimated shipping costs, equipment will be shipped to Bellevue, NE 68123. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-18 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.216-1 Type of Contract (APR 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation on a Best Value/ Lowest Evaluated Price. Specific name brand equipment has been requested. Deviations or equal brands will not be considered for award. If any equipment submitted is not the specific name brand, the Contractor s overall offer will not be considered for award. 2. Price: Price will be evaluated to determine if it is fair and reasonable. 3. Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee VAAR 852.246-71 Inspection Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (1) 52.203-6 Restrictions on Subcontracting Sales to the Government (SEP 2006) (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (DEC 2015) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (APR 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (48) 52.225-1 Buy American Act Supplies (MAY 2014) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registry (MAY 1999) N/A N/A Offers are due not later than August 11, 2017 by 3:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0365. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section along with your quote. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. For additional information, please contact the Contracting Officer, Rebecca S. Quilhot at 563-424-5874or by e-mail to Rebecca.quilhot@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0365/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0365 VA101V-17-Q-0365.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3696026&FileName=VA101V-17-Q-0365-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3696026&FileName=VA101V-17-Q-0365-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: To be released at the time of award;Bellevue NE
Zip Code: 68123
 
Record
SN04603131-W 20170730/170728232223-e80cff3120daa0675d5389096e11a422 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.