The RFP Database
New business relationships start here

Techniplast Cages and Components Brand Name Only Set Aside (SDVOSB) Service-Disabled Veteran-Owned Small- Business


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

General Information
Document Type: Combined Solicitation/Synopsis
Solicitation Number: 36C26119Q1173
Posted Date: September 10, 2019
Response Date: September 18, 2019 by 4PM EST
Product or Service Code: 6640
Set Aside: Service-Disabled Veteran-Owned Small Business
NAICS Code: 333999
Contracting Office Address:
Veterans Health Administration
ATTN: Contracting
5342 Dudley Blvd. 209
McClellan CA 95652
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.
The solicitation number for this requirement is 36C26119Q1173 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02_2. The procurement is being competed under NAICS 333999, which has a size standard of 500 employees.
Price/Cost Schedule
Item Information
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
DVC Complete 80 Rack
2
EA
$________
$_________




0002
R Suite Rabbit Racks with Edstrom ASW


12
EA
$_______
$_________
0003
Aria CS48 Changing Station
18
EA
$_______
$________




0004
ISO 36 Positive Complete Rack
2 EA
$______ $________
0005
BIOC 36 Cabinet
2 EA
$________ $________
0006
GYM500SU
1000 EA
$________ $________
0007
DGR28 Complete Rack
1 EA
$________ $________
0008
Logistic Items: Baby Universal Presentation Rack
4 EA
$________ $________
0009
Logistic Items: S/S Transport Trolley
10 EA
$_________ $_______
0010
Logistic Items: S/S Univ. Mesh Crate
20 EA
$__________ $_______
0011
Oversight of Installation
Manufacturer will need to oversee Installation of Equipment
1 EA
$__________ $________
0012
Packaging/Handling
1 EA
$________ $________
0013
**OPTION ITEMS**
DGM80 Sealsafe Plus Rack with Components
4 EA

$_________ $________

0014
**OPTION ITEMS**
Cage Body with Autowatering Grommet
800 EA
$__________ $_______
0015
**OPTION ITEMS**
Flat Tops for Cages without Bottle Depression

1784 EA
$__________ $_______
0016
**OPTION ITEMS**
Aria CS48
5 EA
$__________ $_______
0017
**OPTION ITEMS**
Retrofit of Existing Cage Racks for Autowatering capability
(Anticipated in March/April)
POP 2 Weeks
$__________ $_______




GRAND TOTAL
$________

*** All equipment will be installed by the General Contractor while overseen by vendor, so as not to compromise warranty. Manufacturer may authorize someone else in writing to ensure warranty.*****


DELIVERY SCHEDULE

ITEM NUMBER
QUANTITY
DELIVERY DATE
0001-0017

VA Palo Alto Health Care System
C/O 8710 Construction Trailer
ATTN: Dina Cheyette
3801 Miranda Ave
Palo Alto, CA 94304
See Price Schedule
120 DAYS ARO

Instructions to Offerors
Only electronic offerors will be accepted. Quotes are due by 4:00 PM EST on September 18, 2019, via email to Brandy Gastinell brandy.gastinell@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
This is an open-market, brand name requirement, that is a Service-Disabled Veteran-Owned Small Business set-aside. The Government will review VetBiz (https://www.vip.vetbiz.gov/) to confirm Service Disabled Veteran-owned Small Business status verification for the submitted quotes. Evaluations will be performed on quotes submitted by verified SDVOSBs only. Only open market quotes will be accepted. No partial quotes will be accepted or considered. The government intends to award a Firm-Fixed Price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals and or 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:"
Offeror/quoters shall list exception(s) and rationale for the exception(s).
*** Authorized Distributor Letter will need to be submitted with quotes. If this is not provided, the quote will be considered unresponsive. You must submit a copy of the authorization letter on the manufacturer's letter-head indicating that you are an authorized distributor.******
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The below Federal Acquisition Regulation (FAR) clauses are applicable to this solicitation:

FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018).

Addendum to FAR 52.212-1

-52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR 52.204-7 System for Award Management (OCT 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
Unpriced Gray Gray Market Language (MAY 2016)
FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018)
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the Lowest Price Technically Acceptable (LPTA).
The Government intends to evaluate quotes and award a contract without discussions (except clarifications). Therefore, the quoter s initial quote should contain the quoter s best terms from a price and technical standpoint. Award will be made to the responsible, lowest priced, technically acceptable quoter conforming to the solicitation.

The following factor shall be used to evaluate offers:

Price - Price will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price is fair and reasonable. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 2018): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 2018).

Addendum to FAR 52.212-4

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 2019) For the purposes of this clause, items (b) 9, 14, 22,23, 25-28, 33, 40, 41, 42, 44, 48, 49 and 55 are considered checked and apply.


FAR 52.214-21 Descriptive Literature (APR 2002)

FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract end date. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.


FAR 52.219-14 Limitations on Subcontracting (JUL 2018)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

FAR 52.233-2 Service of Protest (SEPT 2006)
Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Brandy Gastinell

Hand-Carried Address:
Department of Veterans Affairs
Attn: Contracting
3230 Peacekeeper Way Bldg. 209
McClellan CA 95652

Mailing Address:
Department of Veterans Affairs
Attn: Contracting Dept

5342 Dudley Blvd. 209
McClellan CA 95652

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

VAAR 852.203-70 Commercial Advertising (MAY 2008)

VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018)

VAAR 852.211-72 Technical Industry Standards (NOV 2018)

VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(JUL 2019)

VAAR 852.219-74 Limitations on Subcontracting- Monitoring and Compliance (JUL 2018)
This solicitation is a Total Service Disabled Veteran Owned Small Business Set-Aside for pursuant to FAR part 19 and/or which contain the clause at 52.219-14, Limitations on Subcontracting

VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)

VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)

VAAR 852.233-71 Alternate Protest Procedure (OCT 2018)
As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: EDProtests@va.gov.

(b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer.
PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:

Deputy Assistant Secretary for Acquisition and Logistics,
Risk Management Team, Department of Veterans Affairs
810 Vermont Avenue, N.W.
Washington, DC 20420

Or for solicitations issued by the Office of Construction and Facilities Management:

Director, Office of Construction and Facilities Management
811 Vermont Avenue, N.W.
Washington, DC 20420

VAAR 852.237-70 Contractor responsibilities (APR 1984)

VAAR 852.246-71 Rejected Goods (OCT 2018)
VAAR 852.270-1 Representatives of contracting officers (JAN 2008)
End of Addendum to 52.212-4

Brandy Gastinell
brandy.gastinell@va.gov

Brandy.Gastinell@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP