Page 1 of 6
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.
36C10E18Q0003 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 SDVOSB in the VIP database at the quote due date and 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 332216 Handtools. SDVOSB vendors that do not meet the NAICS 332216 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 provide the required items.
Description of Requirement
The Department of Veterans Affairs, Veterans Benefits Administration, Muskogee VR&E Department has a requirement for mechanic tools per the attached list of tools needed.
Provide a Brand Name or Equal Quote for the below list of tools.
Line
Qty
Part Number
Description
1
1
PRH406
CNVTBLE PLIR
2
1
PRH503
3PC CONVERT SNP RING PLIERS
3
1
KRBC50TAPC
BLACK ASSMBLD 5DR CART SC SLID
4
1
KRL1022CPC
2BK ROLLCB W/2 FW DRWRS-BLACK
5
1
SOEXM20
12PT 20MM F/DR+ STD COMWR
6
1
FLU88
METER AND LEADS 88-5
7
1
WAE76600
HI VIS VOLTPRO
8
1
EECS350
6,8,12V BATTERY SYSTEM TESTER
9
1
A1310A
DRIVER SET
10
1
GA3645
LONG RNGE DIAL TEST IND SET
11
1
FFL72520199
MAG BSE/BLK FCE INDC W/FIN ADJ
12
1
MCAL6A
0-6IN ELEC DIGI CALIP
13
1
PGPL150
SERVICE GAUGE 150PSI 1PERCENT
14
1
MICB103B
3PC OUT MICRM SET
15
1
MICB4B
3-4IN OUT MICRM
16
1
212IMFYA
3/8DR 12PC 6PT SHL IMP SKTSET
17
1
207IMDFMYA
3/8DR 7PC 12PT IMP SHL SKTSET
18
1
IMDFM8A
3/8DR 12PT 8MM SHL IMP SKT
19
1
IMDFM11A
3/8DR 12PT 11MM SHL IMP SKT
20
1
IMDFM16
3/8DR 12PT 16MM SHL IMP SKT
21
1
207IMDFY
3/8DR 7PC 12PT IMP SHL SKTSET
22
1
IMF100A
3/8DR 6PT 5/16" SHL IMP SKT
23
1
214SIMDFMYA
3/8DR 14PC 12PT DP IMP SKTSET
24
1
212SIMFYA
3/8DR 12PC 6PT DP IMP SKTSET
25
1
IPF80B
3/8 DR IMP
26
1
IMX31
3/8DR 3IN SN/RNG IMP EXT
27
1
205IPF
3/8DR 5PC SAE SHL IMP SWV SKT
28
1
IPF12C
3/8 6PT SHALLOW FLEXOCKET
29
1
IPF22C
3/8DR 11/16 SWIVL IMP SKT 6PT
30
1
312IPL
1/2DR 12PC SAE SHL IMP SWV SKT
31
1
IPL40C
1/2 DR 1 1/4 SHAL IMP SWIV SKT
32
1
IPL42C
1/2 DR 1 5/16SHAL IMP SWIV SKT
33
1
311IMYA
1/2DR 11PC 6PT SHL IMP SKTSET
34
1
315IMMYA
1/2DR 15PC 6PT SHL IMP SKTSET
35
1
IMM250
1/2DR 6PT 25MM SHL IMP SKT
36
1
IMM260
1/2DR 6PT 26MM SHL IMP SKT
37
1
IMM270
1/2DR 6PT 27MM SHL IMP SKT
38
1
IMM280
28MM SGL HX 1/2 DR IMP SCKT
39
1
IMM290
1/2DR 6PT 29MM SHL IMP SKT
40
1
IMM300
1/2DR 6PT 30MM SHL IMP SKT
41
1
IMM320
1/2DR 6PT 32MM SHL IMP SKT
42
1
313IMD
1/2DR 13PC 12PT SHL IMP SKTSET
43
1
325SIMM
25PC 6PT DP IMP SKTSET
44
1
312IPLM
1/2DR 12PC MM SHL IMP SWV SKT
45
1
IPLM22C
1/2 DR 22MM SHAL IMP SWIV SKT
46
1
HDLUGSET2
3/4DR HD LUG SKTSET
47
1
R460B
120V SOLDER KIT
48
1
TORCH3A
PROFESSIONAL TORCH
49
1
CTR761B
3/8" 14.4v LiON RATCHET KIT
50
1
CTR714
1/4IN LION CORDLESS RATCHT KIT
51
1
SIM843
2-5/8IN-1IN DR. DEEP 6PT
52
1
SIM723
2-1/4IN-1IN DR. DEEP 6PT
53
1
SIM883
2-3/4IN-1IN DR. SAE DEEP 6PT
54
1
SIM1003
3-1/8IN-1IN DR. DEEP 6PT
55
1
BWD483
SOCKET
56
1
IPLF12B
3/8 6PT DEEP FLEXOCKET.
57
1
IPLF14B
7/16 6PT DEEP FLEXOCKET
58
1
IPLF16B
1/2 6PT DEEP FLEXOCKET
59
1
IPLF18B
9/16 6PT DEEP FLEXOCKET.
60
1
IPLF20B
5/8 6PT DEEP FLEXOCKET
61
1
IM92B
3/4DR 10IN IMP EXT
62
1
IM883
1DR 6PT 2 3/4" SHL IMP SKT
63
1
IM923
2-7/8IN -1IN DR.SHALLOW 6PT
64
1
IM823
1DR 6PT 2 9/16" SHL IMP SKT
65
1
TQR600E
TORQ WR 3/4 MECH 200-600FT
66
1
SHLX80A
1/2DR 80T LNG S/G LCK RAT RED
67
1
SLX80A
1/2DR 80T LNG LCK RAT
68
1
DBLS105B
BR 118 LH SM POUCH SET
69
1
DBTB129
29PC DRL SET
70
1
PPC715BK
16PC PNCH/CHSL SET
71
1
WMH20416
4LB HD 16IN BASH SLDG HMR
72
1
PWCS7CF
7IN SM GAU WIRE STRPR CRMP CUT
73
1
CJ2003A
PULLER SET
74
1
CJ2002
PULLER SET
75
1
JCW85ABL
CREEPER SEAT, BLACK
76
1
JCW45ABL
BLACK PREMIUM CREEPER
77
1
IM903
2-13/16IN-1IN DR.SHALLOW 6PT
78
1
IMM553TW
THIN WALL IMPACT 55MM
79
1
IM843
1DR 6PT 2 5/8" SHL IMP SKT
80
1
425IMM
3/4DR SHL 6PT IMP 17-50MM
81
1
SIM843
2-5/8IN-1IN DR. DEEP 6PT
82
1
SGASA204CR
MINI PICK SET 4PC RED
83
1
EECT424HD
CIRCUIT TESTER 24V HD
84
1
EEBC61220
6/12V 20AMP BATTERY CHARGER
85
1
PH3050BRCH4
AIR HAMMER SET-RED
86
1
PT400
HD INLINE DIE GRINDER
87
1
PT210A
RIGHT ANGLE DIE GRINDER
88
1
PT430
1 HP 3IN CUT-OFF TOOL
89
1
YA1050B
BLOW GUN
90
1
PT1800L
1" HD AIR IMPACT WRENCH LONG
91
1
PT850
AIR IMPACT 1/2IN PREMIUM
Period of Performance: Delivery of Tools - 30 days ARO
FOB Destination Point: Veteran s Shipping Address will be given upon award. Shipping Zip code is 73135.
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 qualified quotes submitted in response to this solicitation based on a consideration of the following factors: Price
Price: Price will be evaluated to determine if it is fair and reasonable.
Specifications: Contractor shall provide a list of all proposed tools with description, part number, quantities, unit and extended price. To be considered for award, offers must meet or exceed the salient physical, functional, or performance characteristic specified in this RFQ.
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.
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)
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 EPEATî -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 October 16, 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 list of all proposed equipment with description, part 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
[email protected]. 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 # 36C10E18Q0003. 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 by e-mail at
[email protected]
Bid Protests Not Available