Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2022 SAM #7597
SOLICITATION NOTICE

J -- P/M Service for Dialysis Reverse Osmosis System

Notice Date
9/16/2022 11:50:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q1209
 
Response Due
9/21/2022 8:00:00 AM
 
Archive Date
10/21/2022
 
Point of Contact
Craig Harris and Tnauri Woodbridge, Contract Specialist, Phone: 603-314-1664
 
E-Mail Address
Craig.Harris@va.gov
(Craig.Harris@va.gov)
 
Awardee
null
 
Description
Page 6 of 6 Combined Synopsis Solicitation West Haven VAMC Dialysis Reverse Osmosis System Maintenance and Service (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 36C24122Q1209 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 2020-07. (iv) This requirement is being issued as an open market veteran-owned small business set-aside. The associated NAICS code is 333318 Other Commercial and Service Industry Machinery Manufacturing and small business size standard is $1,000 employees. (v) The Government intends to award a firm-fixed price award for preventative maintenance and service calls for the reverse osmosis system located within Dialysis at West Haven VAMC. Please see the attached PWS for full requirement details. (vi) The Contractor shall provide all resources necessary to provide preventative maintenance service call for the reverse osmosis water treatment system IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is the following: West Haven VAMC Building 2, Ground Floor, Room 131 (G131-2-W) 950 Campbell Avenue West Haven, CT 06516-2770 (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 Provisions Incorporated by Reference (FEB 1998); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), (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 shall submit their quotes electronically via email to tnauri.woodbridge@va.gov & Craig.Harris@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. Questions shall 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, UEI, date and solicitation number in the header and/or footer. Evaluation Process: Award shall 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 shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall 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 shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  FAR 4.1102(a) requires a current SAM registration with active status at the time the quote is submitted. Please register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items and submit with the quote. 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; brief description of the work completed, and contract # (if relevant).  Please utilize the Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also 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 services IAW the Performance Work Statement in a timely efficient manner.  Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. Contractor shall provide all current and relevant certificates or license(s) to include training certificate etc. If you are planning to sub-contract some or all of this work, please provide the name, Unique Entity ID (UEI #), and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (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), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.209-70 Organizational Conflicts of Interest 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Business Set-Aside 852.232-72 Electronic Submissions of Payment Request 852.273-70 Late Offers 852.219-74 Limitations on Subcontracting (JUL 2018) (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: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50,52.223-18, 52..225-13, 52.232-33, 52.232-34, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (West Haven VAMC New Haven County WD 15-4127 (Rev.-14) and (Newington VAMC Hartford County WD 15-4120 (Rev-14)), 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 21-Sept-2022 at 11:00 AM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov & Craig.Harris@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri Woodbridge (tnauri.woodbridge@va.gov) & Craig Harris Craig.Harris@va.gov. See attached document: PWS_Dialysis Reverse Osmosis Maintenance_Final See attached document: Bid Schedule See attached document: Past Performance Worksheet See attached document: P07_Wage Determination 15-4127 (Rev-22) West Haven
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5273b999121148bdbc5ac77879b2d98d/view)
 
Place of Performance
Address: West Haven VAMC Building 2, Ground Floor, Room 131 (G131-2-W) 950 Campbell Avenue, West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN06468549-F 20220918/220916230136 (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.