SOLICITATION NOTICE
54 -- OSHA Compliant - Hazardous Waste Storage Building DUE DATE IS AUGUST 27TH AT 11:00 A.M. CDT
- Notice Date
- 8/24/2020 12:44:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0410
- Response Due
- 8/27/2020 9:00:00 AM
- Archive Date
- 09/06/2020
- Point of Contact
- CYNTHIA MACHUCA, CONTRACTING OFFICER, Phone: 615-225-6404
- E-Mail Address
-
CYNTHIA.MACHUCA@VA.GOV
(CYNTHIA.MACHUCA@VA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Commercial Items *NOTE THE DUE DATE IS August 27, 2020 at 11:00 a.m. (CST) General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24920Q0410 Posted Date: August 24, 2020 Original Response Date: August 27, 2020 at 11:00 a.m. (CST) Current Response Date: August 27, 2020 at 11:00 a.m. (CST) Product or Service Code: 5410 Prefabricated and Portable Building Set Aside: SMALL BUSINESS NAICS Code: 332311 Prefabricate Metal Building Contracting Office Address Tennessee Valley Healthcare System 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 Description 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 Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311, with a small business size standard of 750 EMPLOYEES. The Nashville VA Medical Center is seeking to purchase a HAZARDOUS WASTE STORAGE BUILDING (SPECIFIC TO OSHA COMPLIANT) under a set-aside for SMALL concerns. All interested companies shall provide Quotations for the following: Line Item Description Quantity Unit Price Price Total Price 0001 MODEL #S2008BT HAZMAT STORAGE BUILDING 20 6 x8 x8 6 (W-D-H) 2-HOUR FIRE RATED; DBL WALLED 12 & 14 GAUGE WELDED STEEL CONSTRUCTION WITH R-11 INSULATION; SUMP BUILT OF 10 GAUGE STEEL; 748 GALLON SPILL CONTAINMENT; 4-DOORS 54 x82 (W-H) WITH 3 POINT LOCKS; QTY 2 XP LIGHT. *STORAGE BUILDING TO INCLUDE: 2 SECONDARY CONTAINMENT STEEL SHELVES 54 x18 x2 (W-L-H) *UNIT TO BE PAINTED BAJA BEIGE 1 EA 0002 STEEL LOADING RAMP 36 x60 (W-L) 1 EA 0003 EXPLOSION PROOF LIGHT (CLASS I, DIV I) WITH SWITCH 2 EA 0004 EXPLOSION PROOF HEATER 12,286 BTU (CLASS I DIV I) WITH THERMOSTAT 1 EA 0005 EXPLOSION PROOF AIR CONDITIONER 10,500 BTU (CLASS I DIV I) WITH THERMOSTAT 1 EA FACTORY MUTUAL APPROVED FOR SAFE AND PROPER STORAGE OF HAZARDOUS MATERIALS. DOUBLE SKIN ROOF AND WALLS WELDED STEEL CONSTRUCTION, SPILL CONTAINMENT SUMP WITH CAPPED DRAIN, ALUMINUM GRATE FLOORING (300 LB PSF), STATIC GROUND AND FIRE DAMPERS. FULL OPENING PALLET WIDE DOORS, 2-WAY FORKLIFT POCKETS AND SEISMIC TIE DOWNS. ONE (1) YEAR WARRANTY ON PAINT AND FIFTEEN (15) YEAR WARRANTY ON STRUCTRUAL. Delivery shall be provided NO LATER THAN DECEMBER 31, 2020. 52.247-34, F.O.B Destination [NOV 1991]. Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor ""meeting or exceeding the requirement . Basis of Award I. BASIS FOR AWARD - Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical Name brand or equal as per salient features and characteristics outlined in description above. If offering or equal the specifications must be supplied with offer. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: ""Lowest Price, Technically Acceptable"" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. 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 [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14 Limitations on Subcontracting [JAN 2017] 52.219-28 Post Award Small Business Program Representation [JUL 2013] 52.222-3 Convict Labor [JUN 2003] 52.222-19 Child Labor [OCT 2016] 52.222-21 Prohibition of Segregated Facilities [APR 2015] 52.222-26 Equal Opportunity [SEP 2016] 52.222-35 Equal Opportunity for Veterans [OCT 2015] 52.222-36 Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37 Employment Reports on Veterans [FEB 2016] 52.222-5 Combating Trafficking in Persons [MAR 2015] 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-1 Buy American Supplies [MAY 2014] 52.225-13 Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33 Payment by Electronic Funds Transfer System for Award Management [JUL 2013] 52.225-2 BUY AMERICAN CERTIFICATE (MAY 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of ""domestic end product."" The terms ""commercially available off-the-shelf (COTS) item,"" ""component,"" ""domestic end product,"" ""end product,"" ""foreign end product,"" and ""United States"" are defined in the clause of this solicitation entitled ""Buy American Supplies."" (b) Foreign End Products: Line Item No. Country of Origin (List as necessary) (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Additional Clauses Required: 852.211-70 Service Data Manuals [NOV 1984] 852.273-74 Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Solicitation with Buy American Certificate Completed Bid Offer (pricing) for All Items Listed Brand Name or Equal Description Matching Required Items. Include statement below in message, highlighted/circled in this form, etc. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers 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:"" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:00 A.M. (CST) AUGUST 27, 2020. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24920Q1234 STORAGE BUILDING . Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/92506281882b452e8a1206c8e7254fac/view)
- Record
- SN05771273-F 20200826/200824230152 (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 |