SOLICITATION NOTICE
67 -- Laser Projectors
- Notice Date
- 9/9/2022 10:29:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E22Q0167
- Response Due
- 9/20/2022 10:00:00 AM
- Archive Date
- 11/19/2022
- Point of Contact
- Robert R. Mulheran, Contracting Officer, Phone: 612-970-5621
- E-Mail Address
-
Robert.Mulheran@va.gov
(Robert.Mulheran@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 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. Solicitation 36C10E22Q0167 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07, Dated 08/10/2022. The solicitation is set aside 100% for Small Businesses. The applicable NAICS Code for this solicitation is 334310 and the Small Business Size limitation is 750 Employees. This solicitation is issued with the intent of awarding a Firm-Fixed Price Commodity Contract. Many of the Commodity Line Items below are also being solicited using Brand Name or Equal Specifications (FAR 52.211-6). Though a Commodity Requirement, this solicitation also includes a Service Line Item. Please provide pricing for following Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 PROJECTORS (*BRAND NAME OR EQUAL*); BRAND: OPTOMA; PART NUMBER: ZH406 1080p LASER PROJECTORS IAW STATEMENT OF WORK (SOW). 6.00 EA 0002 CEILING MOUNTS; MOUNTS FOR PROJECTORS QUOTED UNDER CLIN 0001. 6.00 EA 0003 HARDWARE/CONSUMABLES; COSTS OF HARDWARE/CONSUMABLES ASSOCIATED WITH PROJECT IAW SOW. 1.00 LT 0004 SERVICES; COST OF SERVICES ASSOCIATED WITH PROJECT IAW SOW. 1.00 LT Description of Requirement The Department of Veterans Affairs has a requirement to replace six (6) Laser Projectors in six (6) Training Rooms. The contractor shall provide all hardware, consumables, and services to replace existing Laser Projectors mounted to the Training Room ceilings and then integrate the new Laser Projectors and existing Motorized Screens IAW the SOW (i.e., Trigger Signal). The specifications for the Laser Projectors are Brandname Or Equal. The SOW details the key specifications for any substitutions. Date and Place of Delivery and Acceptance (FOB): Muskogee VA Regional Office (VARO 351) 122 East Side BLVD Muskogee, OK 74401 30-60 Days ARO FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021), applies to this solicitation. The following provisions are added as addenda: 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) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) (End of Addendum to 52.212-1) Submission of Offers: Offers are due no later than September 20, 2022by 1:00 PM EST. Offers shall be submitted electronically to robert.mulheran@va.gov. The email subject line must contain the following: Quote in Response to 36C10E22Q0167, Projectors . Offers shall be based on the requirements of the solicitation, and must contain the following: Company name, address, SAM Unique Entity ID, tax identification number (TIN), and point of contact with phone number, and e-mail address. A completed price schedule in the format as provided in Section v ; Acknowledgement of any/all amendments. Solicitation Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail to robert.mulheran@va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is September 15, 2022 @ 1:00 PM EST. 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. Amendments: Amendments to this solicitation will be posted at SAM.gov | Contract Opportunities. Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on Contract Opportunities, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. QUOTE REQUIREMENTS At a minimum, each Contractor is required to submit a quote for all line items noted in section v. If the equipment being quoted is a substitute and you need submit the substitutes Key Specifications noted in the SOW. SUBSTITUTES. Any substitutes to those Brands/Part Numbers noted in Section v. must include all necessary Technical Documents necessary to show that the substituted equipment has the same Capabilities, Functions, and Quality as those Brands/Part Numbers noted in Section v. Submitted quotes should be valid for a minimum of 30 Days. FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) applies to this solicitation. The following details the Basis for Award and the applicable Evaluation Criteria. Basis for Award: 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: Technical capability of the item offered to meet the Government requirement. Acceptable: The quoted equipment either exactly matches the noted Brands/Part Numbers in section v. OR any substitute meets ALL the Key Specifications noted in the SOW. Unacceptable. Any quote that isn t found to be Acceptable per the minimum specifications noted above (1.1 Acceptable). Offers the lowest reasonable and balanced price. The Government will evaluate each offeror's proposed prices submitted in completed RFQ for reasonableness and balance as discussed in the following paragraphs 2.1.1 and 2.1.2. Offerors are advised to review all data items and ensure that they are proposing to the specific data requirements and level of effort involved. Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to validate price reasonableness. If adequate price competition is not obtained and/or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information may be required to support the proposed price. Balance: Unbalanced pricing exists when, despite an acceptable price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of proposal analysis techniques. The Government will analyze the proposed prices to determine whether there are unbalanced separately priced line items. Prices submitted will be compared and evaluated to assure that a logical progression exists as related to price and quantity changes within each offeror s response to the pricing structure in the Schedule. Offerors are cautioned against submitting an offer that contains unbalanced pricing; offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2022) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.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 Products and Commercial Services, 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). FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Services (NOV 2021) applies to this solicitation. The following clauses are added as addenda: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (MAY 2008) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2022), 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-Tier Subcontract Awards (JUN 2020) (14) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (22) 52.219-28 Post Award Small Business Program Rerepresentation (SEP 2021) (27) 52.222-3 Convict Labor (JUNE 2003) (28) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2022) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (35) 52.222-50 Combating Trafficking in Persons (NOV 2021) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (49) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2021) (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (58) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) Paragraph c clauses applicable: (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage Fringe Benefits 23181 Electronics Technician, Maintenance I WG-8 (7) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) (8) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Service Contract Labor Standards: Wage Determination No.: 2015-5319, Revision No.: 19, Date Of Revision: 07/13/2022, Additional Contract Requirements or terms and conditions: Wage Determination 2015-5319 (Rev.19) is incorporated into this contract by reference and can be found at the following link: https://sam.gov/wage-determination/2015-5319/19 Minimum of 1 year Warranty on Projectors. Defense Priorities and Allocations Systems and assigned rating: N/A Offers are due no later than September 20, 2022 by 1:00 PM EST. Offers shall be submitted electronically to email address Robert.Mulheran@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E22Q0167. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. 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). For additional information, please contact the Contracting Officer, Robert Mulheran at (612) 970-5621, or via e-mail to Robert.Mulheran@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/767bcd7539084298bd93d5b804a302fc/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Benefits Administration Muskogee VA Regional Office (351) 122 East Side BLVD, Muskogee, OK 74401, USA
- Zip Code: 74401
- Country: USA
- Zip Code: 74401
- Record
- SN06459761-F 20220911/220909230132 (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 |