Florida Bids > Bid Detail

8465--Police Gear

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159831383274017
Posted Date: Jul 14, 2023
Due Date: Jul 21, 2023
Solicitation No: 36C24823Q1405
Source: https://sam.gov/opp/8c892557d6...
Follow
8465--Police Gear
Active
Contract Opportunity
Notice ID
36C24823Q1405
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 14, 2023 02:36 pm EDT
  • Original Date Offers Due: Jul 21, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8465 - INDIVIDUAL EQUIPMENT
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Miami VA Healthcare System Doral Warehouse Miami , FL 33166-6807
    USA
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023.

This solicitation is set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 315990, with a small business size standard of 600 employees. The FSC/PSC is 8465.

The Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System - 1201 Northwest 16th Street - Miami, FL 33125-1624 is seeking to purchase police gear.

See Attachment:

Instructions to Offerors - Commercial Products and Commercial Services

All interested companies shall provide quotations for the following:

Supplies/Services
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

20.00
EA
__________________
__________________

3034 BATON HOLDER 21IN & 26IN AUTOLOCK W/ 360 SWIVEL
LOCAL STOCK NUMBER: GALLS ITEM: BA086
0002

20.00
EA
__________________
__________________

MONADNOCK 22IN AUTOLOCK BATON W/SUPER GRIP, POSITIVE LOCK, POWER SAFETY TIP
LOCAL STOCK NUMBER: GALLS ITEM: BA1022 BLK
0003

20.00
EA
__________________
__________________

MONADNOCK DOME CAP ADAPTER
LOCAL STOCK NUMBER: GALLS ITEM: BA1040
0004

100.00
EA
__________________
__________________

AC1000611223 POLICE DEPARTMENT OF VETERN AFFAIRS GLD/NAV/WHT 4.5 X 3.625
LOCAL STOCK NUMBER: GALLS ITEM: EC4444
0005

5.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE MAJOR SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2522
0006

5.00
EA
__________________
__________________

AC4245831 VA AFFAIRS POLICE CAPTAIN SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2523
0007

5.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE INVESTIGATOR SUBDUED BADGE GRY/BLK W/ HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2524
0008

10.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE CORPORAL SUBDUED BADGE GRY/BLK W/HOOK AND LOOPVELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2526
0009

5.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE DEPUTY CHIEF SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2527
0010

10.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE LIEUTENANT SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2532
0011

10.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE SERGEANT SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2533
0012

5.00
EA
__________________
__________________

AC 4245831 VA AFFAIRS POLICE CHIEF SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
LOCAL STOCK NUMBER: GALLS ITEM: EG2535
0013

10.00
EA
__________________
__________________

VETERAN AFFAIRS 6390HP MID RIDE HOLSTER W/ALS AND HOOD GUARD
LOCAL STOCK NUMBER: GALLS ITEM: LP2236 SLH 744
0014

30.00
EA
__________________
__________________

VETERAN AFFAIRS 6390HP MID RIDE HOLSTER W/ALS AND HOOD GUARD
LOCAL STOCK NUMBER: GALLS ITEM: LP223P SRH 744
0015

50.00
EA
__________________
__________________

GALLS MOLDED NYLON BELT KEEPER (4 PACK)
LOCAL STOCK NUMBER: GALLS ITEM: NP091 BLK
0016

25.00
EA
__________________
__________________

7205 ACCUMOLD NYLON TROUSER BELT (INNER BELT)
LOCAL STOCK NUMBER: GALLS ITEM: NP161 LG
0017

20.00
EA
__________________
__________________

7205 ACCUMOLD NYLON TROUSER BELT (INNER BELT)
LOCAL STOCK NUMBER: GALLS ITEM: NP161 MD
0018

5.00
EA
__________________
__________________

7205 ACCUMOLD NYLON TROUSER BELT (INNER BELT)
LOCAL STOCK NUMBER: GALLS ITEM: NP161 XL
0019

25.00
EA
__________________
__________________

GALLS MOLDED DUTY BELT
LOCAL STOCK NUMBER: GALLS ITEM: NP238 BLK LG
0020

20.00
EA
__________________
__________________

GALLS MOLDED DUTY BELT
LOCAL STOCK NUMBER: GALLS ITEM: NP238 BLK MD
0021

5.00
EA
__________________
__________________

GALLS MOLDED DUTY BELT
LOCAL STOCK NUMBER: GALLS ITEM: NP238 BLK XL
0022

50.00
EA
__________________
__________________

GALLS MOLDED NYLON MKIII MACE HOLDER
LOCAL STOCK NUMBER: GALLS ITEM: NP243 BLK
0023

50.00
EA
__________________
__________________

GALLS MOLDED NYLON GLOVE POUCH
LOCAL STOCK NUMBER: GALLS ITEM: NP247 BLK
0024

50.00
EA
__________________
__________________

GALLS MOLDED NYLON DOUBLE MAG POUCH (GSA)
LOCAL STOCK NUMBER: GALLS ITEM: NP490 BLK
0025

50.00
EA
__________________
__________________

GALLS CARBON FIBER POCKET CLIP HANDCUFF KEY
LOCAL STOCK NUMBER: GALLS ITEM: RS121


GRAND TOTAL
__________________

The following salient characteristics are required to meet the needs of the government.

Salient Characteristics
Item 1 3034 BATON HOLDER 21IN & 26IN AUTOLOCK W/360 Swivel
Must be a clip-on and may be attached on a waistband or duty belt
Must engineered to rotate 360 degrees and to lock in to 8 different positions
Must allow the baton to be re-holstered while locked in open or closed mode
Must hold the baton securely, the belt has a molded tension spring
Must fit comfortably on the user, holds the baton securely, and supports a swift withdrawal.
Must have a belt has a molded tension spring
Must be black in color

Item 2 MONADNOCK 22IN AUTOLOCK BATON W/SUPER GRIP, POSITIVE LOCK, POWER SAFETY TIP
Must have been made from 4130 seamless alloy steel tubing
Must have ball bearing action locking mechanism this baton is easy to expand, and
Must have locking mechanism
Must be easy to expand
When it s time to close, it must have a push button in the end cap

Item 3 MONADNOCK DOME CAP ADAPTER
Must be black
Must be cylindrical
Must protect against slippage or loss during draw
Must impove grip retention

Item 4 AC1000611223 POLICE DEPARTMENT OF VETERN AFFAIRS GLD/NAV/WHT 4.5 X 3.625
Must be the VA Police seal
Must come in a mixture of with gold embroidery around the outside edges
Must have a navy blue background
Must have the word "POLICE" in gold thread
Must have 13 stars in white thread around the inside edge
Must be 4.5 x 3.625 in size

Item 5 AC 4245831 VA AFFAIRS POLICE MAJOR SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "MAJOR" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 6 AC4245831 VA AFFAIRS POLICE CAPTAIN SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "CAPTAIN" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 7 AC 4245831 VA AFFAIRS POLICE INVESTIGATOR SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "INVESTIGATOR" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 8 AC 4245831 VA AFFAIRS POLICE CORPORAL SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "CORPORAL" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 9 AC 4245831 VA AFFAIRS POLICE DEPUTY CHIEF SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "DEPUTY CHIEF" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 10 AC 4245831 VA AFFAIRS POLICE LIEUTENANT SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "LIEUTENANT" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 11 AC 4245831 VA AFFAIRS POLICE SERGEANT SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "SERGEANT" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 12 AC 4245831 VA AFFAIRS POLICE SERGEANT SUBDUED BADGE GRY/BLK W/HOOK AND LOOP VELCRO 2.55 X 3.44
Must be the "CHIEF" Police badge
Must have a gray background with applicable letters in black thread
Must have Velcro/hook & loop fastening
Must be 2.55 x 3.44 in size

Item 13 VETERAN AFFAIRS 6390HP MID RIDE HOLSTER W/ALS AND HOOD GUARD
Must be black in color
Must be Mfg.# 6390HP-744-132-AGH-NP
Must be for the left hand draw
Must be model number 744

Item 14 VETERAN AFFAIRS 6390HP MID RIDE HOLSTER W/ALS AND HOOD GUARD
Must be black in color
Must be Mfg.# 6390HP-744-132-AGH-NP
Must be for the right hand draw
Must be model number 744

Item 15 GALLS MOLDED NYLON BELT KEEPER (4 PACK)
Must come in pack of 4
Must be black in color
Must be Mfg.# SHG046 BLK
Must fit 2¼"W duty belts
Must be weatherproof and hand washable
Must have a 100% ballistic nylon covers outer shell

Item 16 BIANCHI ACCUMOLD BUCKLELESS TROUSER BELT (INNER BELT)
Must be Mfg.# SH-G-0
Must be black in color
Must be size "large"
Must be 1-1/2"W in size
Must be lined on the outside with "hook" for attachment to the AccuMold® Duty Belt

Item 17 BIANCHI ACCUMOLD BUCKLELESS TROUSER BELT (INNER BELT)
Must be Mfg.# SH-G-0
Must be black in color
Must be size "medium"
Must be 1-1/2"W in size
Must be lined on the outside with "hook" for attachment to the AccuMold® Duty Belt

Item 18 BIANCHI ACCUMOLD BUCKLELESS TROUSER BELT (INNER BELT)
Must be Mfg.# SH-G-0
Must be black in color
Must be size "XL"
Must be 1-1/2"W in size
Must be lined on the outside with "hook" for attachment to the AccuMold® Duty Belt

Item 19 GALLS MOLDED NYLON DUTY BELT
Must be Mfg.# SHG048
Must be black in color
Must have the Hook-and-loop lining to interlock with trouser belt for added stability
Must have the interlocks with Galls Molded Nylon Trouser Belt for added stability
Must have 100% ballistic nylon construction
Must have the tri-release buckle locks securely and prevents release in the event of a struggle
Must be 2¼" W in size
Must be size "LARGE"

Item 20 GALLS MOLDED NYLON DUTY BELT
Must be Mfg.# SHG048
Must be black in color
Must have the Hook-and-loop lining to interlock with trouser belt for added stability
Must have the interlocks with Galls Molded Nylon Trouser Belt for added stability
Must have 100% ballistic nylon construction
Must have the tri-release buckle locks securely and prevents release in the event of a struggle
Must be 2¼" W in size
Must be size "MEDIUM"

Item 21 GALLS MOLDED NYLON DUTY BELT
Must be Mfg.# SHG048
Must be black in color
Must have the Hook-and-loop lining to interlock with trouser belt for added stability
Must have the interlocks with Galls Molded Nylon Trouser Belt for added stability
Must have 100% ballistic nylon construction
Must have the tri-release buckle locks securely and prevents release in the event of a struggle
Must be 2¼" W in size
Must be size "XL"

Item 22 GALLS MOLDED NYLON MK-III MACE HOLDER
Must be Mfg.# SH-G-055 BLK
Must be black in color
Must have hidden snap closures
Must have 100% ballistic nylon cover outer shell

Item 23 Galls Molded Nylon Glove Pouch
Must be Mfg.# SH-G-060 BLK
Must be black in color
Must remain open as needed for one-hand operation
Must have 100% ballistic nylon cover outer shell
Must have soft polyester lining

Item 24 Galls Molded Nylon Double Staggered Mag Pouch - GSA Approved
Must be Mfg.# 8002
Must be black in color
Must have hidden snap closures
Must have 100% ballistic nylon cover outer shell
Must have soft polyester lining
Must work with any 2-1/4"W duty belt
Must remain open as needed for one-hand operation

Item 25 Galls Carbon Fiber Pocket Clip Cuff Key
Must be Mfg.# ZT12C
Must be black in color
Must be het-treated steel
Must be 4" long
Must be lightweight
Must have an ergonomic design

Delivery shall be provided no later than 60 days after receipt of order (ARO) FOB Destination.
Place of Delivery (SHIP TO address)
Address:
Miami VA Healthcare System
Doral Warehouse
6725 NW 36th Street Suite 695
Miami, FL
Postal Code:
33166-6807
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:
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Dec 2022)

Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
ADDENDUM to 52.212-1, Instructions to Offerors Commercial Products and Commercial Services

Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA- wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

(End of Addendum to 52.212-1)

All quoters shall submit the following or the quote will be considered non-responsive, and will NOT be considered for award:

The name, address, and telephone number of the vendor.
Tax Identification Number (TIN)
SAM UEI Number / DUNS Number / Cage Code
Point of Contact for submission of orders if awarded a contract
Authorized Distributor Letter certified by the OEM if the offeror is not the manufacturer
Quoted price shall include delivery

All quotes shall be sent to the following email address: jose.delgado3@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 following are the decision factors:

ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services

Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate quotations:

Technical capability or quality of the item offered to meet the Government requirement
Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1 Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Factor 2 Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price.

(End of Addendum to 52.212-2)

The award will be made to the response most advantageous to the Government.

Responses should contain your best terms, conditions.

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 3:00 PM Eastern Standard Time (EST) on July 21, 2023, at jose.delgado3@va.gov and shall reference RFQ 36C24823Q1405 Police Gear with your business name in the subject of the email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below by 4:00 PM Eastern Standard Time (EST) on July 17, 2023.
Point of Contact
Contract Specialist
Jose Delgado
Jose.delgado3@va.gov

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
Is set aside for small business and has a value above the simplified acquisition threshold; or

Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or

Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of quotations;Â
          (3) The name, address, and telephone number of the quoter;

A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
           (9) Acknowledgment Request for Quotation amendments;
(10) Past performance will not be considered in simplified acquisition procurements.
(11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately.
(f) Late submissions, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due.
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation.
(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
      (1) Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).          Â
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i)Â Using the ASSIST Shopping Wizard (Â https://assist.dla.mil/wizard/index.cfm);
(ii)Â Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii)Â Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.
(k)Â [Reserved]
(l)Â Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO.

(End of Provision)
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 14, 2023 02:36 pm EDTCombined 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 >