Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2022 SAM #7464
SOLICITATION NOTICE

65 -- 596-22-2-950-0128 - Dental Lab Stations

Notice Date
5/6/2022 6:07:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24922Q0315
 
Response Due
5/17/2022 2:00:00 PM
 
Archive Date
07/16/2022
 
Point of Contact
Martha Warren, Contract Specialist, Phone: 615-225-6404
 
E-Mail Address
Martha.Warren1@va.gov
(Martha.Warren1@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Last Updated: 02/01/22 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Dental Lab Stations I. 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; quotes are being requested, and a written solicitation document will not be issued. II. The combined synopsis/solicitation number is 36C24922Q0315. This solicitation is issued as a request for quote (RFQ). III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective January 30, 2022, and VA Acq Policy Flash 21-28. IV. The combined synopsis/solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offeror must be registered in System for Award Management (SAM) www.SAM.gov, and must be VIP-certified in www.vip.vetbiz.gov before considered for award. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114 Dental Equipment and Supplies Manufacturing, with a small business size standard of 750 employees. The FSC/PSC is 6520 Dental Instruments, Equipment and Supplies. V. & VI. This combined synopsis solicitation is for the following: DESCRIPTION OF REQUIREMENT: The Department of Veterans Affair s Lexington VA Health Care System, Dental Lab, is constructing a new Dental Clinic and Dental Lab in Building 28 on Sousley Campus. The renovation will include a central dental laboratory with 6 individual workstations with two end cabinets, a ceramics lab with two individual workstations and a doctor work station. Additionally, each wing will contain an individual dentist workstation for a total of 3 workstations. This effort requires the new items listed under the PRICE/COST SCHEDULE. . PRICE/COST SCHEDULE: BRAND NAME ONLY Site Survey Due to the complexity of this effort, all interested vendors must attend the site survey to be considered for this award. A site survey will be conducted on Wednesday, May 11, 2022, at 8:00-10:00 AM EST, at the place of performance address below: VAHCS Dental Service Lab, Building 28 2250 Leestown Road, Lexington, KY 40511 All interested offerors must contact Mr. Joshua Moore at joshua.moore@va.gov, to register for attendance. DELIVERY SCHEDULE: Delivery and installation to be included in quote. Government is seeking all items to be delivered and installed and completion of punch list items to all locations within 30-60 days of order placement. Offeror is required to provide justification as to why it cannot meet this request and provide its alternate solution. Awardee will need to return to site to identify where the needed utilities are to be installed for quoted product. FOB: Destination All or None - Offeror must provide all items listed in Line Item spreadsheet. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side-by-side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the evaluation factors: Technical Acceptability Delivery Schedule Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Statement of Work Nevin Dental Lab Workstations Vendor will, at no charge to the VA, perform a site visit in order to fabricate a custom design and cut sheet for electrical and plumbing needs. Vendor will work with Lexington VAHCS for custom design within one week of contract award. Vendor shall provide cut diagrams for VA-hired contractor to run pipes for air and electrical lines within one week of contract award. Vendor shall ship requirement 30-60 days weeks after contract award. Vendor shall supply requirement partially assembled for ease of installation. Vendor shall supply requirement pre-piped and pre-wired. Vendor will arrange shipping of requirement in manner as to prevent damage to partially assembled units. Requirement shall ship requirement directly to VAHCS Dental Service Lab, Building 28, 2250 Leestown Road, Lexington, KY 40511. Vendor will un-pack and inspect all units upon installation of requirement for damage. Vendor will replace any units damaged in shipping at no additional expense to VA. Vendor will finalize assembly and installation of requirement units within 2 weeks of delivery date-except for final connections. Vendor will work with contractor to identify hardware for final connections for piping and/or electrical purposes, at no additional cost to VA. Vendor will attach Variostar hand pieces and knee treadles and verify they are functioning properly at time of installation. Vendor will replace any non-functional Variostar handpieces and/or knee treadles at time of installation and warrant them for a minimum of one year. Vendor will verify vacuum of workstation is properly functional at time of installation. Vendor shall warrant all individual items of the requirement for one year minimum to be free of damage and to function properly. Need of repair or replacement of any part of a single workstation will extend the warranty of that item an additional 6 months past the one year warranty period. Vendor will remove all debris involved in shipping, unpacking and installation from the VA for disposal. Salient Characteristics: Brand Name ErgoTech Bench 9742EZNT and ErgoTech Bench 9748EZNT *Overhead 35 W LED lighting (2) 46 metal case pan shelves *Generous sized magnetic vinyl top saver Solid ½ to ¾- inch Corian top (prefer sanded gray) All Steel construction with durable scratch and chip resistant powder coating finish Remote control for gas valve OSHA compliant air gun with regulator Removable, stainless Steel Scrap drawer *INDIVIDUAL, self-contained, dust collection system with removable suction hood and safety shield (2) Duplex outlets in top of rail of each unit (2) 2 ½ Access holes for utility line runes at both sides of panels of each unit *Front scoop Adjustable Built-in 2.5x Magnifier Detachable Arm-boards for appropriate posture (prevents slouching/back discomfort) *Built-in K50 Variostar lab handpiece *Built-in knee control for lab handpiece ½ inch Flex line for gas (female) AGA approved gas valve for Bunsen burner 3/8 inch Air Connection (female) Ships Pre-wired and pre-piped Ships partially assembled for easy installation Soft close drawers *Magnifier, acrylic, 4-Diopter, 2X, 4 ½ dia. w/Adaptor and hinge. No grey market or refurbished item(s). *Unique to this requirement Quantity of Requirement: Brand name to the following packages: ErgoTech Bench 9742EZNT : 42 x 24 x 31 ¼ , QTY 5 ErgoTech Bench 9748EZNT 48 W x 24 D, QTY 6 3 unit x 2 unit central work station with individualized suction Will need 1 x 34 filler strips between units Simplicity Stools QTY: 11 One end cap (base) cabinet: 48 width. 24 depth minimum. Height to match height of lab work station Openings in floor to adjustable base leveler Drawer Slides with positive stops Steel Ball bearing rollers Front doors with self-closing hinge and soft close pads. Rails for adjustable shelves Vent holes in base and top rear Rear closure panel and Masonite cover. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. 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 remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. 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. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right 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. VII. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: (c): Period for acceptance of Quote is a minimum of 60 calendar days. (End of Addendum) VIII. Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror based on the Best Value to the Government via a comparative evaluation: i.e., Award will be made to the government quote that meets or exceeds ALL requirement of this solicitation at a fair and reasonable price (Firm Fixed Price) based on both price (including trade-in discounts) and non-price considerations like technical specifications, warranty, delivery schedule, installation workflow/plan, any free accessories or services, etc. (b) Options -None. Addendum to FAR 52.212-2, Evaluation Commercial Items: (a) DEFINITION(S) - Comparative Evaluation: The act of comparing two or more offers or proposals in response to an RFQ or RFP. The item-by-item comparison is performed by comparing each offer or proposal to one another to determine which provides the best benefit to the government. BASIS FOR AWARD- Best Value to the Government using the Comparative Evaluation Method. Award will be made to the Offeror who is deemed responsible in accordance with the Federal Acquisition Regulation; whose offer conforms to the solicitation requirements (to include all terms, conditions, representations, and certifications, and all other information required by the solicitation); and whose proposed price is fair and reasonable. This may result in an award to a higher-priced Offeror. The government is not bound to make award to an offer/response that exceeds the requirements if it provides no value or benefit to the government. (End of Addendum) IX. Provision 52.212-3 Offeror Representations and Certifications Commercial items (June 2020) applies to this acquisition. Offeror MUST complete and return with their offer the attached FAR Reps&Certs Confirmation Statement. Offeror Representations and Certifications can be accessed electronically at the following web address: https://www.acquisition.gov/far/index.html or https://www.sam.gov/portal/SAM/portal X. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and does include an addendum: 52.219-33 Non-manufacturer Rule (MAR 2020) [(JUN 2020)(DEVIATION)] (a) This clause does not apply to the unrestricted portion of a partial set-aside. [Definitions. As used in this clause Manufacturer means the concern that transforms raw materials, miscellaneous parts, or components into the end item. Concerns that only minimally alter the item being procured do not qualify as manufacturers of the end item. Concerns that add substances, parts, or components to an existing end item to modify its performance will not be considered the end item manufacturer, where those identical modifications can be performed by and are available from the manufacturer of the existing end item. Non-manufacturer means a concern, including a supplier, that provides an end item it did not manufacture, process, or produce.] (b) Applicability (1) This clause does not apply to contracts awarded pursuant to the unrestricted portion of a partial set-aside or to a contractor that is the manufacturer of the product or end item. (2) This clause applies to (i) Contracts that have been awarded pursuant to a set-aside, in total or in part, for any of the small business concerns identified in 19.000(a)(3); (c) Requirements. (1) The Contractor shall (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; for kit assemblers who are nonmanufacturers, see paragraph (c)(2) of this clause instead; (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. (2) When the end item being acquired is a kit of supplies, at least 50 percent of the total cost of the components of the kit shall be manufactured, processed, or produced in the United States or its outlying areas by small business concerns.] (End of clause) (End of Addendum) XI. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including, if any, additional FAR clauses cited in the clause are applicable to the acquisition. (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). (22) (i) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)) (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) (48) 52.225-1, Buy American--Supplies (JAN 2021) (41 U.S.C. chapter 83). (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) (End of Clause) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR Number Title Date 52.212-3 Offeror Representations and Certifications OCT 2018 Commercial Items 52.204-13 SYSTEM FOR AWARD MANAGEMENT OCT 2016 MAINTENANCE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY JUL 2016 CODE MAINTENANCE 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FEB 2002 (End of Provision) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINT MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) . The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB unless otherwise stated in this clause. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled Veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR part 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4) the cost of materials is excluded and are not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small businesses do not provide them. For additional information and more specific requirements on the limitations on subcontracting, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] _____By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _____By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program takes precedence. (h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406, Debarment). (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Governmentwide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) XII. Additional Solicitation Terms and Conditions. If offeror has never done business with Lexington VA Healthcare System, it must complete the attached VA10091, Vendor Form, and attach a W9 in offer response. Brand name justification attached. XIII. Intentionally Left Blank. XIV. This RFQ closes May 17, 2022, at 4:00 pm (CST). Submit all quotes and applicable attachments by e-mail to martha.warren1@va.gov with subject line RFQ 36C24922Q0315 Final Offer package will be put into one .pdf-formatted attachment and emailed to the person listed in paragraph XVI. Multiple emails will not be accepted. Our email server has a size limitation of 30 GB. Zip files will be removed and therefore, will not be considered. Email attachment must be in .pdf format and in the English language. Font type & size must be appropriate for easy and quick viewing, 10 point or greater. Only acceptable font types are Calibri, Times New Roman, Courier, or Arial. Documents must only be 8 ½ x 10 inches in size, with one-inch margins all around. The contractor(s) shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Technical installation package to include floor plan of new product and complete manufacturer s product specifications and Bill of Materials product literature sustainability certification documents complete testing results / certificates product warranty Self-certifying statement confirming ability to meet project deadlines Pricing price quote with separate lines for installation and freight/shipping (freight will be handled via GBL). Submissions shall be sent to Martha Warren at, Martha.Warren1@va.gov. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Standard Installation Warranty Required: All products are required to be warranty free from defects in workmanship and materials, under normal use and conditions, for a minimum of one year from the date of installation, unless otherwise stated. During the warranty period, any defect in workmanship or material that requires repair or exchange of a product of comparable nature will occur by seller without charge incurred by the VA. Such repair or replacement is subject to verification and approval by the VA due to VA governing policies. Submission of your response shall be received not later than 4:00 pm CST on May 17, 2022, at Martha.Warren1@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Must include offer s UEI Unique Entity ID To facilitate the award process, all quotes 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, deletio...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8e83590670f4a50958322c985c5efe2/view)
 
Place of Performance
Address: Department of Veterans Affairs Lexington VA Health Care Systems VAHCS Dental Service Lab, Building 28 2250 Leestown Road, Lexington, KY 40511, USA
Zip Code: 40511
Country: USA
 
Record
SN06320168-F 20220508/220506230058 (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 |
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.