Alabama Bids > Bid Detail

3930--679-23-2-238-0038 PROPANE FORKLIFT - SUPPLY CHAIN MANAGEMENT (VA-23-00029488)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159795341919628
Posted Date: Feb 23, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24723Q0374
Source: https://sam.gov/opp/cbcf68536b...
Follow
3930--679-23-2-238-0038 PROPANE FORKLIFT - SUPPLY CHAIN MANAGEMENT (VA-23-00029488)
Active
Contract Opportunity
Notice ID
36C24723Q0374
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 23, 2023 11:04 am EST
  • Original Date Offers Due: Feb 27, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Tuscaloosa Veterans Affairs Medical Center 3701 Loop Rd Tuscaloosa , AL 35404
Description

36C24723Q0374

Page 1 of

Page 25 of 52
Page 1 of
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. Solicitation 36C24723Q0374 is issued as a request for quotation. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is issued as A SDVOSB set-aside, the associated NAICS code is 333924 and small business size standard in number of employees is 750.
DESCRIPTION: The Department of Veterans Affairs, Network Contracting Office 7 is looking to award a firm-fixed price purchase order for Propane 5000 LB powered Forklift for Supply Chain Management Service at Tuscaloosa Veterans Affairs Medical Center (TVAMC). Primary Contractor will deliver equipment to Tuscaloosa VA Medical Center Warehouse. Contractor will start up unit and verify correct operation. Contractor will confirm proper operation of equipment. Supply Chain Management Service at Tuscaloosa Veterans Affairs Medical Center (TVAMC) requires purchasing brand name or equal to Crown or equal: Tuscaloosa Veterans Affairs Medical requires purchase of five (1) Propane 5000 LB Capacity Forklift with Propane Tank equal to or better than the Crown C 1050-50. This Forklift must have Pneumatic Tires and have a Propane Tank.

TERMS: This requirement incorporates one or more clauses/provisions by reference, with the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed at http:///www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. Offerors are encouraged to, and responsible for, reviewing the full solicitation (attached) for detailed requirement description, applicable terms and conditions, provisions, submittal instructions to offerors, and evaluation procedures prior to submitting their quotes. All Offerors must have an active registration in the System for Award Management (SAM), www.sam.gov, at the time of submittal. QUESTIONS: Any questions pertaining to this requirement must be emailed to Jessica.Cummings3@va.gov no later than 12:00 PM ET, February 27, 2023, and include Solicitation 36C24723Q0374 in the subject line of the email to ensure timely review and response. No questions will be accepted nor answered after this date and time. Response to questions will be posted as an amendment to the solicitation once the question period has expired. Offerors are responsible for monitoring Contracting Opportunities at www.sam.gov for any amendments to the solicitation as the government will not send notice of amendments. Representatives from potential Offerors or on behalf of potential Offerors shall not contact any VA Medical Center representative to discuss nor inquire about this solicitation.
DEADLINE: All offers/quotes must be submitted in a single email to Jessica.Cummings3@va.gov and received no later than 12:00 AM ET, February 27, 2023, and 36C24723Q0374 Page 5 of 28 Page 5 of 28 include Solicitation 36C24723Q0374 in the subject line of the email. Offerors are encouraged to, and responsible for, reviewing the full solicitation (attached) for detailed requirement description, applicable terms and conditions, provisions, submittal instructions to offerors, and evaluation procedures prior to submitting their quotes.

PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

C5 1050-50 1 C5 5K 4-Wheel Pneumatic I.C. Forklift Crown C5 1050-50 5,000 lb. Base Capacity, 4-Wheel Pneumatic, Internal Combustion Truck Items Included In Unit Price Mast/C-5 Two Stage - Full Free Lift Lift Height 126.0", Free Lift 37.0", OAH-Collapsed 86.0", OAH-Extended 175.0" Included Carriage 44" Wide Class II Included Sideshifter Crown Integral 44" Wide Included Fork Spread 42" Included Forks Standard Length 42.0" Width 4" Thick 1.8" Included Load Backrest 45" Wide x 48" High Included Cranking Battery - 12V Severe Duty, 12 Volt 510 CCA Wet Cell Included Auxiliary Hydraulics Single Function Included Overhead Guard Height 86" High Included Tilt Restriction 5 Deg Back/5 Deg Forward Included Drive Tires Solideal Xtreme - Single Solid Resilient/Super Elastic 26 x 7 - 12 Included Steer Tires Solideal Xtreme - Solid Resilient/Super Elastic 6.00-9 Included Brakes Crown Power Disc Brakes Included Control Type Separate Inching / Brake Pedals Included Steering Wheel 13" Diameter Included Seat FlexSeat Vinyl Included Seat Belt High-Visibility Orange Included Cooling System Dual Core Radiator Included LP Tank Bracket Fold Down LP Bottle Bracket - Single Strap (for 33 lb. Tank) Included Low LP Fuel Light Low LP Fuel Level Indicator Included Front Worklights Two LED Worklights Included Combination Lights LED Back-Up and Brake Light Package Included Travel Alarm Smart Alarm - Reverse (Power Unit First) Included Mirror Glass (Left and Right-hand Side) Included Key Switch Standard Included Paint Crown Beige/Gray Included Extended Warranty 36 Months / 6,000 Hours (Powertrain Only, See C5 Standard Warranty Statement) Included Steer Axle Rigid Mounted Heavy-Duty Steer Axle with Grease Zerks Included Thrust Rollers Lower & Upper Included Tow Pin Included Service Manual Included Propane Tank Aluminum 33.5# Tank 340013-008, Ships Empty Included Freight to Tuscaloosa, AL Full Dock Required & Confirmed Included Dealer Prep Dealer Check Up & Pre-Flight Test Included


GRAND TOTAL
__________________

Performance Work Statement

Propane Forklift- 5000 LB

Description of Need: 1 5000 LB Propane powered Forklift for Supply Chain Management Service Tuscaloosa Veterans Affairs Medical Center (TVAMC).
Should be brand name Crown or equal:

Minimum requirements include:
The TVAMC requires purchase of five (1) Propane 5000 LB Capacity Forklift with Propane Tank equal to or better than the Crown C 1050-50. This Forklift must have Pneumatic Tires and have a Propane Tank.

Requirements:
Mast: Two Stage-Full Free Lift, Lift Height 126.0, Free Lift 37.00 OAH-Collapsed 86.0 OAH Extended 175.0
Carriage: 44 Wide Class II
Side shifter: Integral 44 Wide
Fork Spread: 42
Forks: Standard Length 42.0 Width 4 Thick 1.8
Load Backrest: 45 Wide x 48 High
Cranking Battery 12V: Severe Duty, 12 Volt 510 CCA Wet Cell
Auxiliary Hydraulics: Single Function
Overhead Guard Height: 86 High
Tilt Restriction: 5 Deg Back/5 Deg Forward
Drive Tires: Solideal Xtreme-Single Solid Resilient/Super Elastic 26x7 12
Steer Tires: Solideal Xtreme Solid Resilient/Super Elastic 6.00-9
Brakes: Power Disc Brakes
Control Type: Separage Inching/Brake Pedals
Steering Wheel: 13 Diameter
Seat: FlexSeat Vinyl
Seat Belt: High-Visibility Orange
Cooling System: Dual Core Radiator
LP Tank Bracket: Fold Down LP Bottle Bracket-Single Strap (for 33lb. Tank)
Low LP Fuel Light: Low LP Fuel Level Indicator
Front Worklights: Two LED Worklights
Combination Lights: LED Back-Up and Brake Light Package
Travel Alarm: Smart Alarm-Reverse (Power Unit First)
Mirror: Glass (Left and Right-hand Side)
Key Switch: Standard
Paint: Beige/Gray
Extended Warranty: 36 Months/6,000 Hours
Steer Axle: Rigid Mounted Heavy-Duty Steer Axle with Grease Zerks
Thrust Rollers: Lower & Upper
Service Manual
Propane Tank: Aluminum 33.5# Tank, Empty
Full Dock Delivery, Dealer Check Up & Pre-Flight Test
Shipping & handling and delivery to be included. No sales tax as the government is exempt.

Hours of Work:
The hours of work shall take place during the normal business Deliver Forklift with the specifications above.

Contractor Requirements
Primary Contractor will deliver equipment to Tuscaloosa VA Medical Center Warehouse. Contractor will start up unit and verify correct operation. Contractor will confirm proper operation of equipment.

Government Requirements
The VA will arrange schedule for one day delivery. Subject to security regulations, the ordering office shall permit Contractor access to necessary facilities necessary to perform the services. This contract shall not require access to a VA system or VA sensitive information (e.g., system administrator privileged access to a VA system, or contractor systems or processes that utilize VA sensitive information). The contractor will work with TVAMC and provide one copy each of the owner s manual and user s manual.

SPECIFICATIONS-SALIENT CHARACTERISTICS
PROPANE FORKLIFT 5000 LB CAPACITY
Crown CD 1050-50 5,000 lb. Base Capacity, 4-Wheel Pneumatic, Internal Combustion Truck

Mast/C-5 Two Stage - Full Free Lift Lift Height 126.0", Free Lift 37.0", OAH-Collapsed
86.0", OAH-Extended 175.0"

Carriage 44" Wide Class II

Sideshifter Crown Integral 44" Wide

Fork Spread 42"

Forks Standard Length 42.0" Width 4" Thick 1.8"

Load Backrest 45" Wide x 48" High

Cranking Battery - 12V Severe Duty, 12 Volt 510 CCA Wet Cell

Auxiliary Hydraulics Single Function

Overhead Guard Height 86" High

Tilt Restriction 5 Deg Back/5 Deg Forward

Drive Tires Solideal Xtreme - Single Solid Resilient/Super Elastic 26 x 7 - 12

Steer Tires Solideal Xtreme - Solid Resilient/Super Elastic 6.00-9

Brakes Crown Power Disc Brakes

Control Type Separate Inching / Brake Pedals

Steering Wheel 13" Diameter

Seat FlexSeat Vinyl

Seat Belt High-Visibility Orange

Cooling System Dual Core Radiator

LP Tank Bracket Fold Down LP Bottle Bracket - Single Strap (for 33 lb. Tank)

Low LP Fuel Light Low LP Fuel Level Indicator

Front Worklights Two LED Worklights

Combination Lights LED Back-Up and Brake Light Package

Travel Alarm Smart Alarm - Reverse (Power Unit First)

Mirror Glass (Left and Right-hand Side)

Key Switch Standard

Paint Crown Beige/Gray

Extended Warranty 36 Months / 6,000 Hours (Powertrain Only, C5 Standard Warranty
Statement)

Steer Axle Rigid Mounted Heavy-Duty Steer Axle with Grease Zerks
Thrust Rollers Lower & Upper

Tow Pin

Service Manual

Propane Tank Aluminum 33.5# Tank 340013-008, Ships Empty

Freight to Tuscaloosa, AL Full Dock Required & Confirmed

Dealer Prep Dealer Check Up & Pre-Flight Test

Delivery shall be provided [no later than 60 days after receipt of order (ARO).]
Place of Performance/Place of Delivery
Address:
Tuscaloosa VA Medical Center (Warehouse)
3701 Loop Rd, East.
VA Warehouse Bldg. -12
Tuscaloosa, AL
Postal Code:
35404
Country:
UNITED STATES

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:
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
VAAR 852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 2022)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION)
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirement specified in the resultant contract, unless a waiver

as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:________________________________________
Printed Title of Signee:_________________________________________
Signature:___________________________________________________
Date:_____________________
Company Name and Address: ________________________________________
_________________________________________________________________
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 91).
(3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115 232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
[X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
[X] (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).

[X] (21) 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).
[X] (22) (i) 52.219 28, Post-Award Small Business Program Rerepresentation (OCT 2022) (15 U.S.C. 632(a)(2)).
[X] (28) 52.222 19, Child Labor Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126).
[X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).

[X] (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
[X] (35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
[X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
[X] (48)(i) 52.225-1, Buy American Supplies (OCT 2022) (41 U.S.C. chapter 83).
[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[X] (55) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021).
[X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
1792).
(i) 52.203 13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 91).
(iv) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115 232).
(v) 52.219 8, Utilization of Small Business Concerns (OCT 2022) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(viii) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
(ix) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
(x) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(xiii)(A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (MAY 2022) (E. O. 12989).
(xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).
(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).
(xxi) 52.226 6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.
36C24723Q0374

Page 1 of

Page 26 of 52
Page 1 of

52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
FAR Number
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
52.211-6
BRAND NAME OR EQUAL
AUG 1999
(End of Addendum to 52.212-1)

52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) 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:
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2020) Addendum (Additional
Information):
This Request for Quote (RFQ) is issued in accordance with FAR 12 and in conjunction with Simplified
Acquisition Procedures FAR 13.5. Evaluation of price and other factors will be performed in accordance
with procedures outlined in FAR 13.106-3. A single award will be made to the offeror who represents
the Best Value utilizing comparative analysis; considering price and technical.

(a) 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: The technical evaluator will evaluate the offerors quote to fulfill this requirement. The offeror will show its understanding of the requirement and the viability of its quote by demonstrating its plan of action to provide this supply, demonstration of knowledge of the supply and ability to perform by providing a detailed plan of equipment and personnel required to fulfill the need and the procedures you will use while executing the requirement.

Price: The contracting officer will evaluate the offered price to determine whether it is fair and reasonable in accordance with FAR 13.106-3. The total evaluated price is the offeror s price to include all options.

Technical and past performance, when combined, are.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)

All quoters shall submit the following: one copy of this solicitation document. Quoters shall reference RFQ No. 36C24723Q0374 in the subject line of the electronic responses.

All quotes shall be sent to via email to Contract Specialist Jessica Cummings;
Jessica.Cummings3@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 award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) price.Â

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, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than February 23, 2023 @ 12PM eastern time, at Jessica.Cummings3@va.gov for all quotes.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Email quotes only will be accepted. Oral quotes will not be accepted.

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
Jessica Cummings, Contract Specialist
Network Contracting Office 7
Atlanta VA Medical Center
Department of Veterans Affairs
1670 Clairmont Rd.
Decatur, GA 30033

36C24723Q0374

Page 1 of

Page 26 of 52
Page 1 of











Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 23, 2023 11:04 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >