SOLICITATION NOTICE
53 -- Solicitation SDVOSB Set-Aside
- Notice Date
- 5/12/2022 11:24:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0497
- Response Due
- 5/19/2022 7:00:00 AM
- Archive Date
- 07/18/2022
- Point of Contact
- Stefanie J Carter, Joshua.Gallien@va.gov, Phone: (413) 584-4040 EXT 2408
- E-Mail Address
-
STEFANIE.CARTER3@VA.GOV
(STEFANIE.CARTER3@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 Leeds MA, VAMC, Best Lock Acquisition with Installation (i) 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. (ii) The solicitation number is 36C24122Q0497 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. (iv) This requirement is being issued as Service-Disabled Veteran Owned Small Business Set Aside. The associated NAICS code is 332510 Hardware Manufacturing and small business size standard is 750 Employees. (v) The Government intends to award a firm-fixed price award for the acquisition and installation of Best Locks. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (Be advised the POP dates as listed below can change depending on the final contract award date) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Provide Best Lock Cylinders. As outlined in the PWS. POP Begin: POP End: 2500 EA __________________ 0002 Installation of Best Lock Cylinders as outlined in the PWS. POP Begin: POP End: 1 JB Hours Needed: Labor Wage: Total $ for line item: __________________ Total Cost: (vi) The Contractor shall provide all materials and manpower to acquire and install Best Locks in accordance with the Performance Work Statement. Please see the attached Performance Work Statement for full requirement details. (vii) The Place of Performance is: Central Western Massachusetts 421 North Main Street Leeds, MA 01053-9764 (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998), 52.204-7 System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Joshua.Gallien@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer / Contracting Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. A site visit is not scheduled at this time. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror will complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Ensure your representations and certifications are complete in the Vendor Information Pages, vendors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (Home · VetBiz Portal (va.gov) in order to receive credit for being a Service Disabled Veteran Owned Small Business or a Veteran Owned Small business. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information (phone number and email address); brief description of the work completed, and contract # (if relevant). Please utilize Attachment 3 Past Performance Worksheet for your references and submit as part of your quote submission. References may be checked by the Contracting Officer / Contract Specialist to ensure your company is capable of providing service as in the Performance Work Statement. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested commodity IAW the Performance Work Statement in a timely efficient manner. If you are planning to sub-contract none of the work some of or all of this work, please provide the name, address(s) and DUNS number of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (Please complete Subcontracting Sheet Attachment 4 and submit with your quote submission). (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2020), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 52.203-70 Commercial Advertising 852.216-72 Proportional Economic Price Adjustment 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Request 852.219-74 Limitations on Subcontracting, 852.219-77 VA Notice of Limitations on Subcontracting, 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-13, 52.209-6, 52.219-6, 52.219-14, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Central Western Massachusetts VAMC - Hampshire County WD 2015-4095 (Rev-20) , 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 19-May-2022 at 10:00 AM EST. RFQ responses must be submitted via email to: Joshua.Gallien@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Josh Gallien (Joshua.Gallien@va.gov).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32b6f081d3a94b3f8ca265bb829c4f31/view)
- Place of Performance
- Address: Central Western Massachusetts 421 North Main Street, Leeds 01053-9764
- Zip Code: 01053-9764
- Zip Code: 01053-9764
- Record
- SN06325788-F 20220514/220512230107 (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 |