Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 2021-02 (eff. 11/23/20).
This solicitation is set-aside for SDVOSB Vendors.
The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 Prefabricated Metal Building and Component Manufacturing, with a small business size standard of 750 employees.
The FSC/PSC is 5410 Fabricated and Portable Buildings.
The Northern Arizona VA Health Care System is seeking to purchase BRAND NAME OR EQUAL security guard booths comparable to booths manufactured by Modular Security Systems, Inc. (local model #G68X) for COVID-19 screening and traffic control operations.
All interested companies shall provide quotations for the following:
Supplies/Services
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
BRAND NAME or EQUAL
6 X 8 Guard Booth
2
EA
The guard booths must meet the following salient characteristics:
1. The booths must be to be 6 X 8 .ÃÂ
2. The booths must be climate controlled with the minimum cooling capacity of 9000 BTUH, a minimum heating capacity of 11,000 BTUH, and a minimum 3500 Heating Watts.
3. The booths must include internal and external LED lighting, including red internal lighting for night operations and external flood lights that are NOT motion activated.
4. The booths must be capable of being lifted and moved by forklift and/or crane.
5. The booth s doors must be secured by a barrel bolt door latch lock or some similar method of securing from the inside.
6. The booth s windows must not be able to be blocked by shades or curtains.
7. The booth must include two 110 and two 220VAC internal outlets (for a total of four outlets) and one 110V and one 220VAC external outlets (for a total of two outlets).
8. The booth s walls and ceilings must be constructed of a minimum of GA29 ribbed metal that s framed and insulated.
Delivery shall be provided no later than 30 days after receipt of order (ARO). The delivery must be FOB DESTINATION.
Place of Performance/Place of Delivery
Address:
Department of Veterans Affairs
Northern Arizona VA Health Care System
500 N. Highway 89
Prescott, AZ
Postal Code:
86313
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 52.212-1, Instructions to Offerors Commercial Items [June 2020]
Please see Attachment A (Clauses and Provisions) for addenda information pertaining to FAR 52.212-1.
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2020) [July 2020] [DEVIATION]
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 Items. 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 Items [October 2018]
Please see Attachment A (Clauses and Provisions) for addenda information pertaining to FAR 52.212-4.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2020) [JUL 2020] [DEVIATION]
Please see Attachment A (Clauses and Provisions) for addenda information pertaining to FAR 52.212-5.
All quoters shall submit their quotes (to include delivery dates) with pricing.
All quotes shall be sent to Shannon McNiel @
[email protected].
Award will be based upon a price-only comparison of quotes in accordance with the Simplified Acquisition Procedures of FAR 13.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and 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 22 January 2021 at 15:30 AZ Time. Please submit all quotes via email @
[email protected]; no other means of communication will be accepted.
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.
Point of Contact
Shannon McNiel
[email protected]
Bid Protests Not Available