Page 5 of 5
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 solicitation number is 36C25719Q0436. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective December 20, 2018. The associated North American Industrial Classification System Code (NAICS) for this procurement is 339113 with a small business standard of 500 employees. This acquisition is solicited as a 100% set-aside for SDVOSB.
Network Contracting Office 17 requests responses from qualified sources capable of providing the following service(s):
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
DME Services involves the delivery, setup/installation, repair/maintenance etc. of all items of a therapeutic or rehabilitative nature, which are determined as medically necessary for home treatment of eligible veterans (e.g., hospital beds, over-bed tables, bathroom equipment, invalid lifts, hand cycles, stair glides, room air conditioners, standing tables, portable ramps, mobility (walking) aids, environmental control units (ECUs), etc.) provided to all seven VA Medical Centers and/or outpatient clinics. -
Contract Period: Base
POP Begin: 04-01-2019
POP End: 03-31-2020
1001
1.00
EA
__________________
__________________
DME Services involves the delivery, setup/installation, repair/maintenance etc. of all items of a therapeutic or rehabilitative nature, which are determined as medically necessary for home treatment of eligible veterans (e.g., hospital beds, over-bed tables, bathroom equipment, invalid lifts, hand cycles, stair glides, room air conditioners, standing tables, portable ramps, mobility (walking) aids, environmental control units (ECUs), etc.) provided to all seven VA Medical Centers and/or outpatient clinics. -
Contract Period: Base
POP Begin: 04-01-2020
POP End: 03-31-2021
2001
1.00
EA
__________________
__________________
DME Services involves the delivery, setup/installation, repair/maintenance etc. of all items of a therapeutic or rehabilitative nature, which are determined as medically necessary for home treatment of eligible veterans (e.g., hospital beds, over-bed tables, bathroom equipment, invalid lifts, hand cycles, stair glides, room air conditioners, standing tables, portable ramps, mobility (walking) aids, environmental control units (ECUs), etc.) provided to all seven VA Medical Centers and/or outpatient clinics. -
Contract Period: Option 2
POP Begin: 04-01-2021
POP End: 03-31-2022
3001
1.00
EA
__________________
__________________
DME Services involves the delivery, setup/installation, repair/maintenance etc. of all items of a therapeutic or rehabilitative nature, which are determined as medically necessary for home treatment of eligible veterans (e.g., hospital beds, over-bed tables, bathroom equipment, invalid lifts, hand cycles, stair glides, room air conditioners, standing tables, portable ramps, mobility (walking) aids, environmental control units (ECUs), etc.) provided to all seven VA Medical Centers and/or outpatient clinics. -
Contract Period: Option 3
POP Begin: 04-01-2022
POP End: 03-31-2023
4001
1.00
EA
__________________
__________________
DME Services involves the delivery, setup/installation, repair/maintenance etc. of all items of a therapeutic or rehabilitative nature, which are determined as medically necessary for home treatment of eligible veterans (e.g., hospital beds, over-bed tables, bathroom equipment, invalid lifts, hand cycles, stair glides, room air conditioners, standing tables, portable ramps, mobility (walking) aids, environmental control units (ECUs), etc.) provided to all seven VA Medical Centers and/or outpatient clinics. -
Contract Period: Option 4
POP Begin: 04-01-2023
POP End: 03-31-2024
GRAND TOTAL
__________________
Delivery: ________Days after award
Delivery to the South Texas Veterans HCS, Audie L. Murphy VA Hospital, 7400 Merton Minter, San Antonio, TX 78229.
Company name:___________
Company DUNS number:___________
Point of contact:___________
Telephone:___________
This requirement is being solicited on a BRAND NAME OR EQUAL basis in accordance with FAR 52.211-6 Brand Name or Equal. Any Or Equal product MUST be submitted with product specifications. The end user is the final deciding authority of any technical evaluation.
The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation.
B.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments.
C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (5) year.
C.4 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011)
C.6 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
C.7 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
52.203-17
CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
APR 2014
52.204-9
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
JAN 2011
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.228-5
INSURANCE WORK ON A GOVERNMENT INSTALLATION
JAN 1997
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
E.1 52.233-2 SERVICE OF PROTEST (SEP 2006)
E.2 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)
E.3 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)
52.212-1, Instructions to Offerors-Commercial Items.
52.212-2, Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price.
52.212-3 Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer.
52.212-4 Contract Terms and Conditions - Commercial Items.
52.204-7 Central Contractor Registration
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside Orders
52.222-50 Combatting Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
The following clauses will be incorporated in full text.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items
The following clauses shall be considered marked within 52.212-5
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-22 Previous Contracts Compliance Report
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration
52.219-28, Post Award Small Business Program Representation
52.252-1, Solicitation Provisions Incorporated by Reference
http://www.acquisition.gov/far/
http://www.va.gov/oal/library/vaar/
52.252-2, Clauses Provisions Incorporated by Reference
http://www.acquisition.gov/far/
http://www.va.gov/oal/library/vaar/
852.203-70, Commercial Advertising
852.211-70 Service Data Manuals
852.237-70 Contractor Responsibilities
852.246-70 Guarantee
852.273-74, Awards Without Exchanges
The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted.
Quotes must include company name, company DUNS number, and point of contact information.
All responsible sources should submit quotes to Eddie Clark via e-mail:
[email protected] by Monday, March 18, 2019, 8:00AM CST.
Bid Protests Not Available