The RFP Database
New business relationships start here

600-19-1-441-0010 Equipment-Vehicle/Dodge Charger w/Conversion (VA-19-00016559)


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

RFQ#:36C26219Q0193
PROJECT TITLE: 2018 DODGE CHARGER SXT PLUS-L
WITH VEHICLE MODIFCATIONS AND THE CONVERSION
2018 DODGE CHARGER SXT VEHICLE
FOR VETERANS AFFAIRS LONG BEACH HEALTHCARE SYSTEM

This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. The combined synopsis/solicitation is under NAICS 423110 (or related). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26219Q0193.

The Department of Veterans Affairs Long Beach Healthcare System, Long Beach, CA 90822 has a requirement for 2018 Dodge Charger SXT Plus-L with vehicle modifications and the conversion 2018 Dodge Charger SXT vehicle. The Contractor shall furnish all supplies/services at the VA Long Beach Healthcare System, 5901 E 7th Street, Warehouse Building 149, Long Beach, CA 90822.

If you are interested, and are capable of providing the required supplies please provide the requested information and pricing for each line item as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions:

LINE ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
2018 Dodge Charger SXT Plus-L with vehicle modifications
1
EA
B
$ -
0002
The conversion 2018 Dodge Charger SXT vehicle
1
EA
B
$ -




TOTAL
$ -

Include shipping cost on the items price.

NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award.

Vendor Requirements:

1. Vendor shall provide delivery.
2. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery.
3. The pricing terms and conditions of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote.


STATEMENT OF WORK (SOW)
FOR VA LONG BEACH HEALTHCARE SYSTEM


Objective:
The contractor shall provide VA Long Beach Healthcare System (VALBHS) a 2018 Dodge Charger SXT Plus-L with vehicle modifications and the conversion 2018 Dodge Charger SXT vehicle.

Background:
This is a Firm Fixed Priced contract.

Product Description and Quantities:

LINE ITEM
DESCRIPTION
QUANTITY
UNIT
0001
2018 Dodge Charger SXT Plus-L with vehicle modifications
1
EA
0002
Conversion 2018 Dodge Charger SXT Vehicle
1
EA


Security Requirements:
The contractor will not require any access to VA Information Technology systems nor unsupervised access to VALBHS clinical areas.

Inspection and Acceptance Criteria:
Products will only be accepted if they are determined to be of acceptable quality and working order, as determined by the VALBHS Representative.

Installation:
This requirement does not require an installation.

Period of Performance:
90 days after delivery of order.

Deliverables:
Contractor is responsible for the delivery of the items listed in paragraph 3. Product Description and Quantities.

Place of Delivery:
VA Long Beach Healthcare System, 5901 E 7th Street, Warehouse, Bldg. 149, Long Beach, CA 90822

Warranty:
Contractor shall provide standard warranty for the items listed in paragraph 3. Product Description and Quantities.


SALIENT CHARACTERISTICS

The Kinesiotherapy Driver Rehabilitation Program not only serves the Veterans of the Tibor Rubin VA Medical Center, but also provides driver rehabilitation to other VA s in the region (VA Loma Linda Healthcare System and VA Southern Nevada Healthcare System) that do not have this service. Veterans with varied functional mobility and limitations (spinal cord injury, amputation, traumatic brain injury and other) cannot be accommodated with a single type of vehicle arrangement.

In addition, the Kinesiotherapy Driver Rehabilitation Program at the Tibor Rubin VA Medical Center serves as one of two VA training sites in the nation providing annual training to VA clinicians seeking to become driver rehab specialists. The noted vehicle will allow clinicians to be trained in a more comprehensive manner to meet the needs of their respective facility.

In selecting a vehicle to meet the needs for our clinic, the following mid-size sedans were compared: Chevy Impala, Dodge Charger and Ford Taurus.

The following combinations of specs and features highlight the reasons for our vehicle selection and we feel will allow the best opportunity for our clinicians to evaluate our Veteran while meeting the needs for accessibility and standards for safety.


Dodge Charger SXT PLUS-L with vehicle modifications

Thinner front and rear window allow for superior driver visibility
Door entry (78 open door angle and 35.2 open door to body trim entry) will allow safer accessibility (entry/exit) for users that are ambulatory or that need to transfer from their wheelchair.
Combination of leg, head and shoulder will accommodate various user sizes
Available space in rear is capable of store/transport durable medical equipment utilized by Veteran.
The following OEM features that are useful for those individuals that may have limitations with manual dexterity of upper extremities:
OEM shifter electronic features
Standard power seating features
Leather seating allows for easier user ingress/egress for wheelchairs users capable of transferring. Also, this surface is easier to clean and maintain for infection control purposes between multiple patients being seen.
Standard blind spot and cross path detection for improved driver safety
Standard compact spare tire
Standard security alarm
Recommended driver modifications (hand controls, removeable gas/brake modifications, secondary controls) will allow clinicians to accommodate users with varied functional levels
Recommended Instructor modifications (additional mirrors, light indicators, instructor brake) will improve safety for the clinician and patient during behind the wheel training session.






4 doors, 5 passengers, rear-wheel drive; 19/30 mpg city/hwy (est)
3.6-liter V-6 engine; 292 hp, 260 lb-ft; 8-speed automatic transmission
Specifications
Mileage
EPA Fuel Economy Est - Hwy : MPG
30
Cruising Range - City : mi
351.50
EPA Fuel Economy Est - City : MPG
19
Fuel Economy Est-Combined : MPG
23
Cruising Range - Hwy : mi
555.00
EPA MPG Equivalent - City :
N/A
EPA MPG Equivalent - Hwy :
N/A
EPA MPG Equivalent - Combined :
N/A
Battery Range : mi
N/A
Fuel Tank
Fuel Tank Capacity, Approx : gal
18.5
Aux Fuel Tank Capacity, Approx : gal
N/A
Cargo Area Dimensions
Trunk Volume : ftB3
16.1
Brakes
Brake Type :
N/A
Brake ABS System :
4-Wheel
Brake ABS System (Second Line) :
N/A
Disc - Front (Yes or ) :
Yes
Disc - Rear (Yes or ) :
Yes
Front Brake Rotor Diam x Thickness : in
12.6
Rear Brake Rotor Diam x Thickness : in
12.6
Drum - Rear (Yes or ) :

Rear Drum Diam x Width : in

Emissions
Tons/yr of CO2 Emissions @ 15K mi/year :
7.6
EPA Greenhouse Gas Score :
N/A
Transmission
Drivetrain :
Rear Wheel Drive
Trans Order Code :
DFL
Trans Type :
8
Trans Description Cont. :
Automatic w/OD
Trans Description Cont. Again :

First Gear Ratio (:1) :
4.71
Second Gear Ratio (:1) :
3.14
Third Gear Ratio (:1) :
2.11
Fourth Gear Ratio (:1) :
1.67
Fifth Gear Ratio (:1) :
1.28
Sixth Gear Ratio (:1) :
1.00
Reverse Ratio (:1) :
3.29
Clutch Size : in
N/A
Final Drive Axle Ratio (:1) :
2.62
Seventh Gear Ratio (:1) :
0.84
Eighth Gear Ratio (:1) :
0.67
Vehicle
EPA Classification :
Large Cars
Interior Dimensions
Passenger Capacity :
5
Passenger Volume : ftB3
104.7
Front Head Room : in
38.6
Front Leg Room : in
41.8
Front Shoulder Room : in
59.5
Front Hip Room : in
56.2
Second Head Room : in
36.6
Second Leg Room : in
40.1
Second Shoulder Room : in
57.9
Second Hip Room : in
56.1
Weight Information
Base Curb Weight : lbs
3966
Trailering
Dead Weight Hitch - Max Trailer Wt. : lbs
1000
Dead Weight Hitch - Max Tongue Wt. : lbs
100
Wt Distributing Hitch - Max Trailer Wt. : lbs
1000
Wt Distributing Hitch - Max Tongue Wt. : lbs
100
Engine
Engine Order Code :
ERB
Engine Type :
Regular Unleaded V-6
Displacement :
3.6 L/220
Fuel System :
Sequential MPI
SAE Net Horsepower @ RPM :
292 @ 6350
SAE Net Torque @ RPM :
260 @ 4800
Electrical
Cold Cranking Amps @ 0B0 F (Primary) :
730
Maximum Alternator Capacity (amps) :
180
Cooling System
Total Cooling System Capacity : qts
N/A
Suspension
Suspension Type - Front :
Short And Long Arm
Suspension Type - Rear :
Multi-Link
Suspension Type - Front (Cont.) :
Short And Long Arm
Suspension Type - Rear (Cont.) :
Multi-Link
Shock Absorber Diameter - Front : mm
N/A
Shock Absorber Diameter - Rear : mm
N/A
Stabilizer Bar Diameter - Front : in
N/A
Stabilizer Bar Diameter - Rear : in
N/A
Tires
Front Tire Order Code :
TSG
Rear Tire Order Code :
TSG
Spare Tire Order Code :

Front Tire Size :
P235/55TR18
Rear Tire Size :
P235/55TR18
Spare Tire Size :
Compact
Wheels
Front Wheel Size : in
18 X 7.5
Rear Wheel Size : in
18 X 7.5
Spare Wheel Size : in
Compact
Front Wheel Material :
Aluminum
Rear Wheel Material :
Aluminum
Spare Wheel Material :
Steel
Steering
Steering Type :
Rack-Pinion
Steering Ratio (:1), Overall :
N/A
Lock to Lock Turns (Steering) :
N/A
Turning Diameter - Curb to Curb : ft
37.7
Turning Diameter - Wall to Wall : ft
N/A
Exterior Dimensions
Wheelbase : in
120.2
Length, Overall : in
198.4
Width, Max w/o mirrors : in
75
Height, Overall : in
58.2
Track Width, Front : in
63.4
Track Width, Rear : in
63.8
Min Ground Clearance : in
4.9
Liftover Height : in
N/A


Features

MECHANICAL
Engine: 3.6L V6 24V VVT
Transmission: 8-Speed Automatic (845RE)
50 State Emissions
Transmission w/AUTOSTICK Sequential Shift Control
Rear-Wheel Drive
2.62 Axle Ratio
Engine Oil Cooler
730CCA Maintenance-Free Battery w/Run Down Protection
180 Amp Alternator
Towing w/Trailer Sway Control
5100# Gvwr
Gas-Pressurized Shock Absorbers
Front And Rear Anti-Roll Bars
Touring Suspension
Electric Power-Assist Steering
18.5 Gal. Fuel Tank
Dual Stainless Steel Exhaust w/Chrome Tailpipe Finisher
Short And Long Arm Front Suspension w/Coil Springs
Multi-Link Rear Suspension w/Coil Springs
4-Wheel Disc Brakes w/4-Wheel ABS, Front Vented Discs, Brake Assist and Hill Hold Control

EXTERIOR
Wheels: 18" x 7.5" Cast Aluminum
Tires: P235/55R18 AS Performance
Wheels w/Silver Accents
Steel Spare Wheel
Compact Spare Tire Mounted Inside Under Cargo
Clearcoat Paint
Body-Colored Front Bumper
Body-Colored Rear Bumper
Black Side Windows Trim
Body-Colored Door Handles
Body-Colored Power Heated Side Mirrors w/Manual Folding
Fixed Rear Window w/Defroster
Light Tinted Glass
Speed Sensitive Variable Intermittent Wipers w/Heated Jets
Galvanized Steel/Aluminum Panels
Black Grille
Trunk Rear Cargo Access
Fully Automatic Projector Beam Halogen Daytime Running Headlamps w/Delay-Off
Perimeter/Approach Lights
LED Brakelights
Front Fog Lamps
Laminated Glas

ENTERTAINMENT
Radio: Uconnect 4C w/8.4" Display
SiriusXM AM/FM/HD/Satellite w/Seek-Scan, MP3 Player, Clock, Speed Compensated Volume Control, Aux Audio Input Jack, Steering Wheel Controls, Voice Activation, Radio Data System and DVD-Audio
Streaming Audio
Window Grid Antenna
6 Performance Speakers
276w Regular Amplifier
Digital Signal Processor
Uconnect w/Bluetooth Wireless Phone Connectivity
2 LCD Monitors In The Front

INTERIOR
Sport Front Seats
Heated Front Seats
Power 8-Way Driver Seat
4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement
60-40 Folding Bench Front Facing Fold Forward Seatback Rear Seat
Manual Tilt/Telescoping Steering Column
Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Oil Temperature, Transmission Fluid Temp, Engine Hour Meter, Trip Odometer and Trip Computer
Power Rear Windows
Voice Recorder
Mobile Hotspot Internet Access
Power 4-Way Driver Lumbar Adjust
Leather/Metal-Look Steering Wheel
Illuminated Front Cupholder
Compass
Proximity Key For Doors And Push Button Start
Valet Function
Power Fuel Flap Locking Type
Remote Keyless Entry w/Integrated Key Transmitter, 4 Door Curb/Courtesy, Illuminated Entry and Panic Button
Remote Releases -Inc: Power Cargo Access and Power Fuel
HomeLink Garage Door Transmitter
Cruise Control w/Steering Wheel Controls
HVAC -inc: Underseat Ducts and Console Ducts
Dual Zone Front Automatic Air Conditioning
Illuminated Locking Glove Box
Driver Foot Rest
Interior Trim -inc: Aluminum Instrument Panel Insert, Aluminum Console Insert and Metal-Look Interior Accents
Full Cloth Headliner
Vinyl Door Trim Insert
Leather Gear Shift Knob
Cloth Sport Seat
Driver And Passenger Visor Vanity Mirrors w/Driver And Passenger Illumination, Driver And Passenger Auxiliary Mirror
Day-Night Auto-Dimming Rearview Mirror
Full Floor Console w/Covered Storage, Mini Overhead Console w/Storage and 2 12V DC Power Outlets
Front And Rear Map Lights
Fade-To-Off Interior Lighting
Full Carpet Floor Covering -inc: Carpet Front And Rear Floor Mats
Carpet Floor Trim and Carpet Trunk Lid/Rear Cargo Door Trim
Cargo Space Lights
FOB Controls -inc: Trunk/Hatch/Tailgate and Remote Engine Start
Smart Device Integration
SiriusXM Guardian Tracker System
Instrument Panel Bin, Driver / Passenger And Rear Door Bins
Power 1st Row Windows w/Driver And Passenger 1-Touch Up/Down
Delayed Accessory Power
Power Door Locks w/Autolock Feature
Systems Monitor
Redundant Digital Speedometer
Trip Computer
Outside Temp Gauge
Digital/Analog Display
Manual Anti-Whiplash Adjustable Front Head Restraints and Fixed Rear Head Restraints
2 Seatback Storage Pockets
Front Center Armrest and w/Storage
Rear Armrest w/Cupholder Seat
Sentry Key Engine Immobilizer
2 12V DC Power Outlets
Air Filtration

SAFETY
Electronic Stability Control (ESC) And Roll Stability Control (RSC)
ABS And Driveline Traction Control
Side Impact Beams
Dual Stage Driver And Passenger Seat-Mounted Side Airbags
ParkSense Rear Parking Sensors
SiriusXM Guardian Emergency Sos
Tire Specific Low Tire Pressure Warning
Dual Stage Driver And Passenger Front Airbags
Curtain 1st And 2nd Row Airbags
Airbag Occupancy Sensor
Rear Child Safety Locks
Outboard Front Lap And Shoulder Safety Belts -inc: Rear Center 3 Point, Height Adjusters and Pretensioners
ParkView Back-Up Camera


Warranty
Basic:
3 Years/36,000 Miles
Drivetrain:
5 Years/60,000 Miles
Corrosion:
5 Years/Unlimited Miles
Roadside Assistance:
5 Years/60,000 Miles

Vehicle Modifications
Viegel hand controls (evaluator package) mounted on left side; Detroit version system (multiple adjustment capability.)
MPS Steering Device Receivers (x4): location at 2, 4, 8 & 10 0 clock positions
SINGLE PIN FOAM GRIP STEERING DEVICE (MPS)
AMPUTEE HOOK STEERING DEVICE (MPS)
V-YOKE STEERING DEVICE (MPS)
C-CUFF STEERING DEVICE (MPS)
SPINNER KNOB STEERING DEVICE (MPS)
PANORAMIC REAR-VIEW MIRROR
JOHNSON UNIVERSAL CROSSOVER SIGNAL ADAPTER
RED LIGHT INDICATOR ON DASH BOARD WHEN BRAKE IS DEPRESSED
LEFT FOOT ACCELERATOR (QUICK RELEASE)
MOUNTING HARDWARE FOR STEERING DEVICES
OEM ACCELERATOR/ BRAKE PEDAL GUARD (QUICK RELEASE)
2 DASH MIRRORS WITH VISION ADJUSTABILITY DRIVER& MIDDLE SECTION
OS INSTRUCTOR BRAKE (FRONT PASSENGER SIDE) ERGONOMIC POSITION
PARKING BRAKE EXTENSION
STUDENT DRIVER PRODUCTS LOCKING SUCTION CUP INST MIRROR #118
STUDENT DRIVER PRODUCTS EYE CHECK MIRROR #119
VIEGEL COMPACT II PUSH/PULL #4220 W/COMMANDER 2ND CONTROL UNIT
VIEGEL LEFT TURN SIGNAL LEVER EXT-DROP STYLE

CLAUSES INCORPORATED BY REFERENCE

FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract
Awards. Oct 2016
FAR Clause 52.209-6 Protecting the Governments Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment. Oct 2015
FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items. Jan 2017
FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders Commercial Items. Jul 2018
FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation. Jul 2013
FAR Clause 52.222-26 Equal Opportunity. Sep 2016
FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities. Jul 2014
FAR Clause 52.225-1 Buy American Supplies May 2014
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases. Jun 2008

CLAUSES INCORPORATED BY FULL TEXT

FAR 52.212-1, Instructions to Offerors Commercial

Applies to this acquisition and the following addenda to the provision.
(a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated.
(b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable.
(c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule.

FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014)

Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics.
The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items,

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located atB https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
(a)B Definitions. As used in this provision
Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner.
Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.
Inverted domestic corporation , means a foreign incorporated entity that meets the definition of an inverted domestic corporation underB 6 U.S.C. 395(b), applied in accordance with the rules and definitions ofB 6 U.S.C. 395(c).
Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except
(1) PSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or Service Group (PSG) 87, Agricultural Supplies;
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor.
Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
Sensitive technology
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
Service-disabled veteran-owned small business concern
(1) Means a small business concern
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined inB 38 U.S.C. 101(2), with a disability that is service-connected, as defined inB 38 U.S.C. 101(16).
Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
Small disadvantaged business concern , consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
Subsidiary means an entity in which more than 50 percent of the entity is owned
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
Veteran-owned small business concern means a small business concern
(1) Not less than 51 percent of which is owned by one or more veterans (as defined atB 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term successor does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.
Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.
Women-owned small business concern means a small business concern
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.
(b)(1)B Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.
(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed throughB 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 FARB 52.212-3, Offeror Representations and Certifications Commercial Items, 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 FARB 4.1201), except for paragraphs ______________.
[Offeror to identify the applicable paragraphs at (c) through (t) of this provision that the offeror has completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.
(1)B Small business concern. The offeror represents as part of its offer that it is, is not a small business concern.
(2)B Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it is, is not a veteran-owned small business concern.
(3)B Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern.
(4)B Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it is, is not a small disadvantaged business concern as defined in 13 CFR 124.1002.
(5)B Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it is, is not a women-owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that
(i) It is, is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that
(i) It is, is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture:B __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.
Note:B Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.
(8)B Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it is a women-owned business concern.
(9)B Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________
(10)B HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that
(i) It is, is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and
(ii) It is, is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246
(1) Previous contracts and compliance. The offeror represents that
(i) It has, has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and
(ii) It has, has not filed all required compliance reports.
(2)B Affirmative Action Compliance. The offeror represents that
(i) It has developed and has on file, has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e)B Certification Regarding Payments to Influence Federal Transactions (31B U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.
(f)B Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR)B 52.225-1, Buy American Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products,B i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American Supplies.
(2) Foreign End Products:
Line Item No.
Country of Origin
______________
_________________
______________
_________________
______________
_________________

VAAR CLAUSES

852.203.70 COMMERCIAL ADVERTISING (JAN 2008)

852.232-72 Electronic submission of payment requests.
As prescribed in 832.7002-2, insert the following clause:

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001 .
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001 .
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905 .
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could
compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.

The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113 Size Standard 750 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Tuesday, December 18, 2018 at 11:00 AM PDT. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Mayra Barbosa, Contracting Specialist at Mayra.Barbosa@va.gov with 36C26219Q0193 and 2018 Dodge Charger SXT Plus-L with vehicle modifications in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote.

Mayra Barbosa
Mayra.Barbosa@va.gov

Mayra.Barbosa@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP