Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2022 SAM #7587
SOLICITATION NOTICE

47 -- 492-22-2-599-0048 Tanker Hoses

Notice Date
9/6/2022 12:43:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1540
 
Response Due
9/8/2022 2:00:00 PM
 
Archive Date
09/18/2022
 
Point of Contact
Shannon L. West, Contract Specialist, Phone: 318-466-2086
 
E-Mail Address
shannon.west1@va.gov
(shannon.west1@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2022-05, 3-07-2022. This solicitation is set-aside as Unrestricted The associated North American Industrial Classification System (NAICS) code for this procurement is 326220, with a small business size standard of 750. The FSC/PSC is 4720. All interested companies shall provide quotations for the following: See Attachment 1 Statement of Work (SOW) Delivery shall be provided ""no later than 120 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 2200 Fort Roots Drive Bldg 182 North Little Rock, AR Postal Code: 72112 Country: USA 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Price Proposal . All quotes shall be sent to the Shannon.west1@va.gov 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 decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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."" Submission of your response shall be received not later than September 8, 2022 at 4PM to Shannon.west1@va.gov hand delivery will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact SHANNON L. WEST, CONTRACT SPECIALIST Shannon.west1@va.gov THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. Statement of Work (SOW) for Tanker Hoses 1.0 General 1.1 Objective Provide, Tanker hoses for the transfer of fuel during disasters to clinics, government vehicles, facilities and alternate care sites. This solution is specific to the type of tanker hoses needed for current equipment. This must be deployable to any Pandemic hot spot, an all-hazards event or other National Emergency as designated by the VISN Incident Command. 1.2 Scope of Work 1.2.1. Deliver, Tanker hoses for the transfer of fuel and water during disasters to clinics, government vehicles, facilities and alternate care sites. This solution is specific to the type of tanker hoses needed for current equipment. The tanker is a 4 compartment 9200 gallon semi-trailer and a 1 compartment 5000 gallon semi-trailer. Delivery to Central Arkansas Veterans Healthcare System, 2200 Fort Roots Drive, Bldg 182, North Little Rock, AR 72112. 1.2.2 The Contractor shall provide, all equipment and accessories listed on the vendor quote. 1.2.3 All equipment and installation must meet manufacturers and VA specifications. 1.2.4. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 1.2.5. The Contractor is responsible for any missing parts and components not included in order. Moved to section 4.0 Moved to section 3.0 Technical Specifications/Minimum Requirements: To be rendered technically acceptable the Tanker units shall include the following. 2.1 Tanker (1) (5,000 gallon) 2.2 Tanker (2) (9200 Gallon) 2.3 Blackmer, Model XL1.5 with an electric motor is preferred for powered operational flow of the equipment. 2.4 Request that hoses are at least 150 ft in length to service download fuel in other entities. 3.0 Delivery or Deliverables 3.1 Deliver materials to the VISN 16 EM warehouse to Central Arkansas Veterans Healthcare System, 2200 Fort Roots Drive, Bldg 182, North Little Rock, AR 72112. 3.2 Periodic updates are requested to determine the final completion of the units. 3.3 Installation will be coordinated through the COR. 4.0. Deliverables 4.1 Operation and Maintenance Manuals 4.2 Binders - Quantity (1) for each equipment item. 4.3 Digital Copies- Quantity (1) for each equipment item. 4.4 Deliver compilation of all manufacturers recommended maintenance schedule and operation materials packaged in binder(s) 4.5 Training from Manufacturer on use of equipment on sire int Little Rock. 5.0 Period of Performance 5.1 Contractor shall delivery the equipment should be 120 days or less from the date of award unless otherwise directed by the Contracting Officer 6.0 Warranty 6.1 The contractor shall provide a one-year manufacturer s warranty on all parts and labor. 7.0 User and Service Manuals 7.1 The contractor shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the Contracting Officer Representative (COR) with the delivery of the tanker units 8.0 Training 8.1 Contractor shall provide on-site training of the equipment to the Users. Scheduling of operator training shall be coordinated 9.0 Inspection and Acceptance 9.1 The Contractor shall conduct a joint inspection upon delivery of equipment. 9.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 9.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f35ee5aeeda4412921c9a550c00e2bf/view)
 
Place of Performance
Address: DEPARTMENT OF VETERAN AFFAIRS Central Arkansas Veterans Healthcare System 2200 Fort Roots DR Bldg 182, North Little Rock 71221, USA
Zip Code: 71221
Country: USA
 
Record
SN06453966-F 20220908/220906230117 (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.