SOLICITATION NOTICE
51 -- Required Automotive Mechanic Tools as a Condition of Employment
- Notice Date
- 6/23/2020 11:59:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332216
— Saw Blade and Handtool Manufacturing
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0216
- Response Due
- 9/7/2020 1:00:00 PM
- Archive Date
- 11/06/2020
- Point of Contact
- Rebecca S. Quilhot, Contract Specialist, Phone: 563-391-1134
- E-Mail Address
-
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- 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. 36C10E20Q0216 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-06, dated 05-06-2020. 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 SDVOSB 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 SDVOSB 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 332216. The Small Business Standard is 750 employees. Description of Requirement. The Contract shall provide all equipment and shipping as requested on the list provided at the end of this document (see pages X XX). THIS IS A BRAND NAME REQUIREMENT. SNAP-ON TOOL ITEM NUMBERS ARE REFERENCED ON THIS SOLICITATION. Period of Performance. After receipt of all offers, evaluation and award, delivery date shall be established for 30 Days ARO. Due to the current pandemic however, lead time for the delivery of items under this solicitation may be granted by the VA in accordance with FAR Clause 52.212-4(f) Contract Terms and Conditions Commercial Items, Excusable Delays. The awardee is responsible to notify the Contracting Officer of all scheduled shipment dates and the Contracting Officer will notify the customer. FAR 52.212-1, Instructions to Offerors Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) 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 (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-13 System for Award Management (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X_ 852.203-70, Commercial Advertising. ___ 852.209-70, Organizational Conflicts of Interest. ___ 852.211-70, Equipment Operation and Maintenance Manuals. ___ 852.214-71, Restrictions on Alternate Item(s). ___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] ___ 852.214-73, Alternate Packaging and Packing. ___ 852.214-74, Marking of Bid Samples. ___ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. ___ 852.215-71, Evaluation Factor Commitments. ___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. ___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates. ___ 852.216-75, Economic Price Adjustment Fuel Surcharge. ___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. ___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. ___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. ___ 852.228-70, Bond Premium Adjustment. ___ 852.228-71, Indemnification and Insurance. ___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. _X_ 852.232-72, Electronic Submission of Payment Requests. ___ 852.233-70, Protest Content/Alternative Dispute Resolution. ___ 852.233-71, Alternate Protest Procedure. ___ 852.237-70, Indemnification and Medical Liability Insurance. _X_ 852.246-71, Rejected Goods. ___ 852.246-72, Frozen Processed Foods. ___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. ___ 852.270-1, Representatives of Contracting Officers. ___ 852.271-72, Time Spent by Counselee in Counseling Process. ___ 852.271-73, Use and Publication of Counseling Results. _X_ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. _X_ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. ___ 852.273-74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: ___ 852.237-74, Nondiscrimination in Service Delivery. (End of clause) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (OCT 2018) (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 (MAR 2020) (26) 52.219-33 Nonmanufacturer Rule (MAR 2020) (28) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (35) 52.222-50 Combating Trafficking in Persons (JAN 2019) (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) between $10,000 and $25,000 (49) 52.225-3 Buy American Act Free Traded Agreements Israeli Trade Act (MAY 2014) See Alternates ii, iii, and iv for Options between $25,000 and $182,000 (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013) N/A N/A Offers are due not later than Monday July 6, 2020 by 3:00 PM Central Standard 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 number 36C10E20Q0216. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Offerors shall ensure the following information is properly identified on their 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) 424-5874, or via email at rebecca.quilhot@va.gov. Item Number Item Description Origin Qty List Price Unit Price Total T72 1/4DR 72T STD RAT 1 TX72 1/4DR 72T STD LCK RAT 1 F80 3/8DR 80T STD RAT 1 FL80 3/8DR 80T LNG RAT 1 S80A 1/2DR 80T STD RAT 1 SL80A 1/2DR 80T LNG RAT 1 TM10G 1/4DR STD 6.0IN BRK BAR 1 F10LD 3/8DR STD 9.6IN BRK BAR 1 SN15B 1/2DR STD 15IN BRK BAR 1 112TMMY 1/4DR 12PC 6PT SHL SKTSET 1 111TMMDY 1/4DR 11PC 12PT SHL SKTSET 1 110TMY 1/4DR 10PC 6PT SEM SKTSET 1 110TMDY 1/4DR 10PC 6PT SEM SKTSET 1 112TMMSY 1/4DR 12PC 6PT SEM SKTSET 1 112TMMDSY 1/4DR 12PC 12PT SEM DP SKTSET 1 110TMSY 1/4DR 10PC 6PT SEM DP SKTSET 1 110TMDSY 1/4DR 10PC 12PT DP SKTSET 1 112STMMY 1/4DR 12PC 6PT DP SKTSET 1 111STMMDY 1/4DR 11PC 12PT DP SKTSET 1 110STMY 1/4DR 10PC 6PT DP SKTSET 1 110STMDY 1/4DR 10PC 12PT DP SKTSET 1 213AFLEY 13PC COM SHL TORX SKTSET 1 STLE50 1/4DR E5 TORX DP SKT 1 111TMUSMA 1/4DR 11PC MM 6PT SHL UNIV SET 1 106TMUSA 1/4DR 6PC SAE 6PT SHL UNIV SET 1 212FMY 3/8DR 12PC 12PT SHL SKTSET 1 214FSY SOCKET SET 1 211FY 3/8DR 11PC 12PT SHL SKTSET 1 212FSMSY 3/8DR 12PC 6PT SEM SKTSET 1 211FSSY 3/8DR 12PC 6PT SEM SKTSET 1 212SFMY 3/8DR 12PC 12PT DP SKTSET 1 211SFSY 3/8DR 11PC 6PT DP SKTSET 1 214SFY SOCKET SET 1 214IMFMYA 3/8DR 14PC 6PT SHL IMP SKTSET 1 207IMDFMYA 3/8DR 7PC 12PT IMP SHL SKTSET 1 212IMFYA 3/8DR 12PC 6PT SHL IMP SKTSET 1 207IMDFY 3/8DR 7PC 12PT IMP SHL SKTSET 1 214SIMFMYA 3/8DR 14PC 6PT DP IMP SKTSET 1 214SIMDFMYA 3/8DR 14PC 6PT DP IMP SKTSET 1 212SIMFYA 3/8DR 12PC 6PT DP IMP SKTSET 1 212FSMY 3/8DR 12PC 6PT SHL SKTSET 1 206FSUMA 3/8DR 6PC MM 6PT SHL FLX SKT 1 209FUMY 3/8DR 9PC MM 12PT SHL FLX SKT 1 206AFSA 3/8DR 6PC SAE 6PT SHL FLX SKT 1 206FUA 3/8DR 6PC SAE 12PT SHL FLX SKT 1 206SFSUM 3/8DR 6PC MM 6PT DP FLX SKT 1 207FSU 3/8DR 7PC SAE 6PT DP FLX SKT 1 323TWM 23PC 6PT SHL SKTSET 1 323SWM 23PC 12PT SHL SKTSET 1 313TWYA 1/2DR 13PC 6PT SHL SKTSET 1 313SWYA 13PC 12PT SHL SKTSET 1 313TSMYA 1/2DR 13PC 6PT DP SKTSET 1 313SMYA 1/2DR 13PC 12PT DP SKTSET 1 313TSYA 13PC 6PT DP SKTSET 1 313SYA 13PC 12PT DP SKTSET 1 315IMMYA 1/2DR 15PC 6PT SHL IMP SKTSET 1 315IMDMYA 1/2DR 15PC 12PT SHL IMP SKTSET 1 311IMYA 1/2DR 11PC 6PT SHL IMP SKTSET 1 313IMD 1/2DR 13PC 12PT SHL IMP SKTSET 1 312IMMS 1/2DR 12PC 6PT SEM IMP SKTSET 1 325SIMM 25PC 6PT DP IMP SKTSET 1 320SIM 1/2DR 20PC 6PT DP IMP SKTSET 1 312IPLM 1/2DR 12PC MM SHL IMP SWIV SET 1 312IPL 1/2DR 12PC 6PT SHL IMP SWV SET 1 BLPBSS40 1/4DR 40PC STBY BIT SKTSET 1 BLPTSSC43 43PC TORX BIT SKTSET 1 106BTMX 1/4DR KNR EXT SET (1-1/4-11IN) 1 TM61A 1/4DR 6IN FLX EXT 1 208AFX 8PC 3/8DR FRIC BLL EXT SET 1 305ASX 5PC 1/2DR EXT SET (2IN-11IN) 1 GSAF1F ADAPTER 1/2"" INT - 3/8"" EXT DR 1 A2A ADAPTOR 1 GLA12B ADAPTOR 1 GLAS1F ADAPTOR 1 SOEX710 10PC 12PT F/DR+ COMWRSET 1 SOXRR707 7PC F/DR RAT COMWRSET 1 OEXSM710B 10PC 12PT SHRT MET COMWRSET 1 OEXS715K 15PC 12PT SHRT COMWRSET 1 OEXLM710B 10PC 12PT LNG MET COMWRSET 1 OEXL707B 7PC 12PT LNG COMWRSET 1 LTAM811 11PC 15 SLM MET O/ENDWRSET 1 LTA805K 5PC 15 SLM O/ENDWRSET 1 107TMCOM 1/4DR 7PC O/END MET C/FTWRSET 1 106TMCO 1/4DR 6PC O/END C/FTWRSET 1 SCOM32 1/2IN DR 32MM O/END C/FTWR 1 314SCOA 1/2DR 14PC O/END C/FTWRSET 1 AWSGM800A T-HNDL SG MM HEX WRENCH SET 1 AWSG800A T-HNDL SG SAE HEX WRENCH SET 1 AWM140DK 14PC L/SHP MET HX WRSET 1 AW1020DK 20-PIECE L/SHP HX WRSET 1 PW10C 10IN EXT PIPE WR 1 SGDX80BG 8PC COMBO INS S/GR GRN SD SET 1 SGDXL80BG 8PC COMBO CAB S/GR GRN SD SET 1 SGDTX90BG 9PC TORX INS S/GR GRN SD SET 1 YA52PBSQC 52 PC POWER BIT SET 1 SGASA204CG MINI PICK SET 4PC GREEN 1 SGLASA204CG LONG MINI PICK SET 4PC GREEN 1 SPBH30R HD STRK 30IN RED PRYBR 1 PL400B PLIER SET 1 102LHCP 2PC PLR SET 1 PL307ACF 3PC PLIERS SET 1 PLR300 3PC PLIER SET 1 PLP300A 3PC PRECISION PLIERS SET 1 808CF 6IN LONG MINI DIAG CUTTER 1 SRPCR112 12PC SNAP RING PLIERS SET RED 1 BLP404 4PC LOCKING PLIERS SET 1 PWCSS7ACF 7IN STRPR CRMP CUTTER SM GA 1 PPC210BK 22PC PNCH/CHSL SET 1 HBFE16 DEAD/BLW 16OZ SFT/GR HM 1 HBFE24 DEAD/BLW 24OZ SFT/GR HM 1 HBFE32 DEAD/BLW 32OZ SFT/GR HM 1 HBFE48 DEAD/BLW 48OZ SFT/GR HM 1 HBFE56 DEAD/BLW 56OZ SFT/GR HM 1 HBBD8 DEAD/BLW 8OZ BPEEN SFT/GR HM 1 HBBD16 DEAD/BLW 16OZ BPEEN SFT/GR HM 1 HBBD24 DEAD/BLW 24OZ BPEEN SFT/GR HM 1 HBBD32 DEAD/BLW 32OZ BPEEN SFT/GR HM 1 HBBD40 DEAD/BLW 40OZ BPEEN SFT/GR HM 1 HSG319 BI/MLD S/GR RED HKSAW 1 HSBM1224B 10PK HKSAW BLDE 1 SGHBF300A 4PC RND FILE SET 1 CSA300A 3PC BLK SCRA SET 1 PK500A 3PC PTY KNV/SCR 1 S9706KMAG 6PT 5/8"" MAG SPRKPLG SKT 1 S9704KMAG 6PT 13/16"" MAG SPRK PLG SKT 1 S9716KLMAG 3/8INDR 9/16IN LNG MAG SPK SKT 1 S9706KFUAMAG 3/8DR 5/8 SPARK PL MAG UNV SKT 1 S9704KFUA 3/8D 13/16 6PT SPRK PL UNV SKT 1 S9714MKMAG 3/8IN DR 14MM MAG SPK PLG SKT 1 S9714MK 14MM SPARK PLUG SOCKET 12PT 1 S9714MKL 3/8IN DR 14MM LONG SPK PLG SKT 1 S9720KA 6PT 5/8"" DP SPRK PLG SKT 1 S9719KA 6PT 13/16"" DP SPRK PLG SKT 1 ATECH1FR240B TORQ WR 1/4IN ELEC 1 ATECH2FR100B TORQ WR- 3/8 ELEC 5-100 FT LB 1 ATECH3FR300B TORQ WR- 1/2 ELEC 5-300 FT LB 1 SWR1A OXYGEN SENSOR WRENCH 1 SWR2 SQUARE DRIVE OXYGEN SENSOR 1 PGPL150 SERVICE GAUGE 150PSI 1PERCENT 1 KTT30322A 1/2DR 10PC TORQ STK SET 1 CAL6EA 6IN ELECTRONIC DIGITAL CALIPER 1 GA3640 LONG RNGE DIAL TEST IND SET 1 GA3634 B JNT/BRAKE SET 1 PT10C MAGNETIC PICK-UP TOOL 1 PT28E MAGNETIC PICK-UP TOOL 1 APT78618 18PC BRAKE CALIPER WIND BACK 1 EEMS342ISVP1 ZEUS IND LIVE 1YR 1 WBSSSET 5PC WIRE BRSH SET 1 BTK7A BRAKE SET 1 PT850 AIR IMPACT 1/2IN PREMIUM 1 CTR761CK2 3/8 14.4V RAT KT W/2 2.5AH BAT 1 CT761AK2 14.4V 2.5 AH LI IMP WR KIT 1 CTS761AK2 14.4V 2.5 AH LI SCR DR RED 1 MG325 3/8"" IMPACT WRENCH 1 PTGR110 MINI ANGLE DIE GRINDER 1 PTC250 3IN CUT-OFF TOOL 1 PH3050BR AIR HAMMER-RED W/ QC CHUCK 1 PHG1055BK 5 PC AIR HAMMER BIT SET 1 TDG1 TREAD DEPTH GAUGE 1 212SFSMY 3/8DR 12PC 6PT DP SKTSET 1 S9716KL 6PT 9/16"" DP SPRK PLG SKT 1 KRL1033DPC 3BK RC GLOSS BLACK 1 KRL1072PC WC 72IN BLACK WBRITE TRIM 1 SGF6MA 6IN ERG/HDL BSTD MILL FILE 1 SGF8MA 8IN ERG/HDL BSTD MILL FILE 1 SGF10MA 10IN ERG/HDL BSTD MILL FILE 1 SGF12MA 12IN ERG/HDL BSTD MILL FILE 1 KWSP2973AST 72X29 STAINLESS POWERTOP 1 TPMS4 TPMS4 TOOL KIT 1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/185b2f5e418b4686839e8fa903b967c7/view)
- Place of Performance
- Address: UTI Exton Exton, PA 19341, USA
- Zip Code: 19341
- Country: USA
- Zip Code: 19341
- Record
- SN05700338-F 20200625/200623230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |