DOCUMENT
79 -- Walk Behind Floor Scrubber VACIHCS_22313 - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
- ZIP Code
- 52241
- Solicitation Number
- 36C26318Q9823
- Response Due
- 8/28/2018
- Archive Date
- 9/12/2018
- Point of Contact
- Harry R Grambo III
- E-Mail Address
-
8-3614<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Walk Behind Floor Scrubber Commercial items. Solicitation number: 36C26318Q9823 1a. DESCRIPTION OF THIS SOLICITATION. In accordance with FAR Part 13 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; quotes are being requested and a written solicitation will not be issued. This Solicitation issued as a Request for Quotation (RFQ) for the following Commercial Items: Trautman oven and supplies or equals (See Included descriptions) for the Iowa City VA health Care System. Brand-Name or Equal, Set-Aside 100% for Small Businesses. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. Response to this solicitation is to be received no later than: 02:30pm CST, Tuesday, August 28 2018 Respond by emailing offer to harry.gramboiii@va.gov Response to solicitation 36C26318Q9823. Information relevant to this solicitation: Solicitation number: 36C26318Q9823 NAICS code (North American Industrial Classification system: 339113 Size Standard for this NAICS code: 1000 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 Small Business Set-Aside: This solicitation is Set-aside 100% for Service Disabled Veteran Owned Small businesses. Quotations from Large Business or non SDVOSB offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. SDVOSB offerors must be verified in VIP ttps://www.vip.vetbiz.va.gov/ prior to consideration for award. No award will be made to any SDVOSB not verified in VIP. This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and instructions: FOB Destination, 30 days ARO Deliver to: Department of Veteran Affairs Central Iowa VA Health Care System, Warehouse 3600 30th Street Des Moines, IA 50310 Contract Period: Delivery date 30 Days ARO Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Provisions and Clauses: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/ 1b. DESCRIPTION OF SUPPLIES BEING SOLICITED for solicitation 36C26318Q9823 Description: VA-CIHCS has a requirement for: 6 Cylindrical Walk behind floor scrubbers. The scrubbers will have characteristics equal to or better than the (Tenant Must have at least 15 floor scrubber with dual squeegees that allow forward and backward cleaning). Included Batteries Includes Charger Includes Brush Includes Squeegee Salient Characteristics, The item must: be/ have/ do these things Must have an adjustable handle Must have at least.65 HP Must have at least 900 RPM Capability 38 Lbs. of pressure.5 HP vacuum motor 2.5-Gal solution capacity 3.4-Gal recovery tank 50 AH Battery Power Source Deck Style Cylindrical Included Evaluation Criteria Technically acceptable (meets or exceeds salient characteristics) Small business consideration Service Disabled Veteran Owned Small Business; SDVOSB Cost Required Individual Line Items & Quantity of Items Item # Description/Part Number* Qty 1 Cylindrical, Walk behind floor scrubber (T1 6 2 3 (1 each) Maintenance Manuals (CD, PDF or Word) (1 each) User Manuals (1 each) Cleaning Instructions for all equipment, supplies and accessories 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) Letter of Authorization to Distribute for the Original Equipment Manufacturer: In accordance with the Original Equipment/No Gray Market Goods language under TERMS & CONDITIONS stated below, a letter of Authorization to Distribute shall be included with the offer and received before the closing time and date of this solicitation. 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAWIs this FAR or VAAR? FAR 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. In accordance with FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE there are below, clauses incorporated by reference (by Citation Number, Title and Date) and have the same force and effect as if they were given in full text. The full text can be found at: https://www.acquisition.gov/browsefar or https://www.va.gov/oal/library/vaar/: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70 Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984Needs to be full text ) 852.211-73 Brand name or equal (Jan 2008Full text )Needs to be Full Text 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside.Needs to be full Text 852.232-72 Electronic submission of payment requests (NOV 2012)Needs to be Full Text Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: Addendum to FAR 52.212-4 Should be FAR 52.212-4 instead of 52.214-4 Contract Terms and Conditions Commercial Items (Jan 2017) continued: Original Equipment/No Gray Market Goods (a) This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions and shall pass through to the VA. (c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of addendum to 52.212-4) (End of Clause 52.212-4) 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). ** End Solicitation **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318Q9823/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318Q9823 36C26318Q9823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540221&FileName=36C26318Q9823-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540221&FileName=36C26318Q9823-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318Q9823 36C26318Q9823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540221&FileName=36C26318Q9823-000.docx)
- Record
- SN05037282-W 20180816/180814231752-15609cdf78e5f318b5eaa9980c8a7a52 (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 |