The RFP Database
New business relationships start here

X-Ray Machine and Walk Through Metal Detector Magnetometer


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

Page 1 of 4
COMBINED SYNOPSIS SOLICITATION

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. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

VA101V-17-Q-0195 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ).

The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95.

The combined synopsis/solicitation is set aside for Service Disabled Veteran Owned Small Business concerns only. Only quotes submitted by Service Disabled Veteran Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service Disabled Veteran Owned Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The applicable NAICS Code for this solicitation is 423830 Industrial Machinery and Equipment Merchant Wholesalers. SDVOSB vendors that do not meet the NAICS 423830 Small Business Size limitation shall be considered non-responsive and ineligible for award.

The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to install one(1) X-Ray Scanner Machine, and one(1) Walk Through Metal Detector (Magnetometer).

Description of Requirement

The Department of Veterans Affairs, Veterans Benefits Administration, Jackson Regional Office has a requirement for an X-Ray Scanner Machine and a Walk Through Metal Detector (Magnetometer) at the VARO security desk per the attached Statement of work.



CLIN 0001: Provide X-Ray Scanner Machine per the attached Statement of Work.

Unit Price___________ ; Quantity: 1

CLIN 0002: Provide Walk Through Metal Detector (Magnetometer) per the attached Statement of Work.

Unit Price___________ ;Quantity: 1

CLIN 0003: Remove and Relocate old equipment to storage location in VARO. Install new equipment per the attached Statement of Work.

Unit Price___________ ;Quantity: 1

CLIN 0004: Provide training on new equipment per the attached Statement of Work.

Unit Price___________ ;Quantity: 1


Total Price _________________________

Period of Performance: Delivery and installation 30 days ARO

FOB Destination Point: 1600 East Woodrow Wilson Ave, Jackson, MS 39216.

FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda:

52.204-7 System for Award Management.
52.204-16 Commercial and Government Entity Code Reporting (NOV 2014)
52.204-17 Ownership or Control of Offeror (NOV 2014)
52.204-20 Predecessor of Offeror (APR 2016)
52.211-6 Brand Name or Equal (AUG 1999)
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014)
52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

Offers will be evaluated as follows:

Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Specifications, Experience/Qualifications, and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement.

Price: Price will be evaluated to determine if it is fair and reasonable.

Specifications: Contractor shall provide a list of all proposed equipment with description, model numbers, quantities, unit and extended price. The salient physical, functional, or performance characteristics that products must meet are specified within the Statement of Work. To be considered for award, offers must meet or exceed the salient physical, functional, or performance characteristic specified in this RFQ.

Experience/Qualifications: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar work was successfully provided. Only quotes that demonstrate relevant experience with providing similar work will be eligible for award. Government and commercial sources will be accepted. The Contractor must be a manufacturer authorized provider who regularly engages in the furnishing and installing the requested items.

Past Performance: The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance.

Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated Specifications, Experience/Qualifications, and Past Performance requirements based upon the stated considerations above.

FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have 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 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 FAR 4.1201), except for paragraphs ____________.

FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda:

52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.233-1 Disputes (MAY 2014)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
(FAR) http://www.acquisition.gov/far/index.html
(VAAR) http://www.va.gov/oal/library/vaar/index.asp
52.252-6 Authorized Deviations in Clauses.


VAAR 852.203-70 Commercial Advertising (JAN 2008)
VAAR 852.211-73 Brand Name or Equal (JAN 2008)
VAAR 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (Dec 2009)

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.




VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012)
VAAR 852.237-70 Contractor Responsibilities (APR 1984)

52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph b applicable clauses:

(4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)
(8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Aug 2013).
(22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013)
(25) 52.222-3 Convict Labor (June 2003)
(27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
(28) 52.222-26 Equal Opportunity (MAR 2007)
(29) 52.222-35 Equal Opportunity for Veterans (OCT 2015)
(30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
(31) 52.222-37 Employment Reports on Veterans (FEB 2016)
(33) 52.222-50 Combating Trafficking in Persons (MAR 2015)
(40) 52.223-13 Acquisition of EPEATB. -Registered Imaging Equipment (Jun 2014)
(42) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007)
(44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
(58) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013)


N/A

N/A

Offers are due no later than May 2, 2017 by 5:00 PM Central Time. The vendor must be active in SAM and verified as a SDVOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following:

A written statement limited to two pages or less demonstrating the offeror has the required Experience and Qualifications.

A list of all proposed equipment with description, model numbers, quantities, unit and extended price.

Please provide relevant experience information, descriptive literature and detailed specifications. 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. Offers shall be submitted electronically to email address Edward.Bradford@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # VA101V-17-Q-0195. 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.

For additional information, please contact the Contracting Officer, Edward Bradford at (254) 299-9807 or by e-mail at Edward.Bradford@va.gov

Edward Bradford
254-299-9807
Edward.Bradford@va.gov

Edward.Bradford@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP