SOLICITATION NOTICE
58 -- 2-way Radios (317)
- Notice Date
- 9/9/2020 11:47:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0297
- Response Due
- 9/18/2020 1:00:00 PM
- Archive Date
- 11/17/2020
- 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E20Q0297 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-09, dated August 27, 2020. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 334220 and the Small Business Size limitation is 1,250 Employees. Only offers from SDVOB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment and shipping as requested on the list below. This is a request for brand named product only. Description of Requirement The contractor shall provide and deliver thirty (30) AAH56RDN9WA1AN XPR 7550E UHF 403-512 4W FKP GNSS GOB CFS BT WIFI Capable radios. Thirty (30) PMMN4040A Motorola PMMN4040A Submersible Remote Speaker Microphone - Intrinsically Safe (FM). Thirty (30) PMLN5842 HARD LEATHER CC 2.5INCH SWL LKP FKP. Two (2) PMPN4284A Motorola PMPN4284A IMPRES Multi-Unit Charger with Display (MOTOTRBO & APX). Ten (10) PMNN4491B Motorola PMNN4491B IMPRES Li-ion Battery. One (1) PMKN4012B Motorola [PMKN4012B] XPR7550/XPR7550e Portable Programming Cable to the St Petersburg VA Regional Office (VARO) located at 9500 Bay Pines Blvd St Petersburg, FL 33744. Contractor shall program the first four (4) channels on all radios and provide the necessary programming information to allow any additional channels to be programmed by the VA Regional Office. This is a request for brand named equipment only. Period of Performance: Within 30 days after Receipt of Order. Responsibility and liability for loss or damage shall remain with offeror until final inspection and acceptance by VBA. FOB Destination Point: DEPARTMENT OF VETERANS AFFAIRS, ST. PETERSBURG VA REGIONAL OFFICE, 9500 BAY PINES BLVD., ST PETERSBURG, FL 33744. Due to the current COVID-19 Pandemic, specific delivery instructions may be provided at the time of award MANUFACTURER / MODEL QUANTITY DELIVERY ADDRESS AAH56RDN9WA1AN XPR 7550E UHF 403-512 4W FKP GNSS GOB CFS BT WIFI Capable radios. 30 EACH See FOB Destination Point Above Thirty (30) PMMN4040A Motorola PMMN4040A Submersible Remote Speaker Microphone - Intrinsically Safe (FM). 30 Each See FOB Destination Point Above PMLN5842 HARD LEATHER CC 2.5INCH SWL LKP FKP.) 30 Each See FOB Destination Point Above PMPN4284A Motorola PMPN4284A IMPRES Multi-Unit Charger with Display (MOTOTRBO & APX). 2 Each See FOB Destination Point Above PMNN4491B Motorola PMNN4491B IMPRES Li-ion Battery. 10 Each See FOB Destination Point Above PMKN4012B Motorola [PMKN4012B] XPR7550/XPR7550e Portable Programming Cable 1 Each See FOB Destination Point Above SHIPPING COSTS IF APPLICABLE vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/aol/library/vaar/index.asp 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.211-6 Brand Name or Equal (AUG 1999) 52.216-1 Type of Contract (APR 1984) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be evaluated on price only. ix. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through https://www.sam.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. x. 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) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/aol/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses (APR 1984) 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. _X_ 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. ___ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. ___ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. _X_ 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. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING - - MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. 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. 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. 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. VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (AUG 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 Tied Subcontract Awards (JUN 2020) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (22) 52.219-28 Post-Award Small Business Program Representation (MAY 2020) (27) 52.222-3 Convict Labor (JUN 2003) (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) (31) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (33) 52.222-37 Employment Reports of Veterans (JUN 2020) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (48) 52.225-1 Buy American Supplies (MAY 2014) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (59) 52.232-3 4 Payment by Electronic Funds Transfer Other Than System for Award Management (JUL 2013) xiii. N/A xiv. N/A xv. Offers are due no later than Friday September 18, 2020 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 #36C10E20Q0297. 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. xvi. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or via e-mail to rebecca.quilhot@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0b572077bd18450f998d38e2421df09b/view)
- Place of Performance
- Address: Department of Veterans Affairs St. Petersburg VA Regional Office 9500 Bay Pines Blvd, St. Petersburg, FL 33744, USA
- Zip Code: 33744
- Country: USA
- Zip Code: 33744
- Record
- SN05791807-F 20200911/200909230147 (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 |