PAGE 1 OF
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
DUNS:
DUNS+4:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. 2/2012)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
1of 21
36C258-19-AP-1081
678-19-3-071-0161
36C25819Q0315
07-09-2019
COLUMBUS CAMPBELL
928 717-7548
07-19-2019
4:00PM MST
36C258
Department of Veterans Affairs
NCO22-Gilbert Network Contracting
500 U.S. Hwy N
Prescott AZ 86313
X
100
X
333318
1000 Employees
NET 30
N/A
X
Department of Veterans Affairs
Northern Arizona VA Healthcare System
500 U.S. Hwy N
Prescott AZ 86313
36C258
Department of Veterans Affairs
NCO22-Gilbert Network Contracting
500 U.S. Hwy N
Prescott AZ 86313
This is accomplished through the
Tungsten Network located at:
http://www.fsc.va.gov/einvoice.asp
This is mandatory and the sole method
for submitting invoices.
See CONTINUATION Page
The Government intend to make a single award from this
request for Quotation. Award will be made as follows:
All line items will be evaluted together based on total
price. The purchase order will be awarded to the lowest
priced responsive and responsible offereor on an All" or
None" basis,meaning that each offeror must be able to
supply the total quantity of order for their quote to be
considered responsive.
This RFQ is a set-aside for FSS 66 Scientific Equipment and
Service Category 66 148 (Laboratory Incubators) contract
holders that are Service Disable Veteran Owened Small
Business(SDVOSB) verified by Vendor Information Pages(VIP)
All questions must be submitted in writting via email to
[email protected] no later than 4:00pm EST 7/19/2019
See CONTINUATION Page
678-3690160-071-824300-3131 010044175
Jeremy J. Parker
VA-VHA-SAOW-2019-95413A3D
36C25819Q0315
Page 1 of
Page 2 of 23
Page 1 of
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B - CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 PRICE/COST SCHEDULE 12
ITEM INFORMATION 12
B.3 DELIVERY SCHEDULE 16
SECTION C - CONTRACT CLAUSES 18
C.1 FSS RFQ INTRODUCTORY LANGUAGE 18
C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) 18
C.3 VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) 18
C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 18
C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 19
C.6 VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) 20
C.7 VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018) 20
C.8 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 21
C.9 VAAR 852.247-74 ADVANCE NOTICE OF SHIPMENT (OCT 2018) 21
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 22
SECTION E - SOLICITATION PROVISIONS 23
E.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 23
36C25819Q0315
Page 1 of
Page 4 of 23
Page 1 of
SECTION B - CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR:
b. GOVERNMENT: Contracting Officer 36C258
Department of Veterans Affairs
NCO22-Gilbert Network Contracting
500 U.S. Hwy N
Prescott AZ 86313
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[]
52.232-33, Payment by Electronic Funds Transfer System For Award Management, or
[]
52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other []
4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
This is accomplished through the
Tungsten Network located at:
http://www.fsc.va.gov/einvoice.asp
This is mandatory and the sole method
for submitting invoices.
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO
DATE
Combined Synopsis/Solicitation for Commercial Items 36C25819Q0315
Page 17 of 23
Page 17 of 23
SOLICITATION FOR COMMERCIAL ITEMS
General Information
Solicitation Number:
36C25819Q0315
Posted Date:
8/2/2019
Response Date:
8/8/2019
Product or Service Code:
6530 Hospital Furniture, Equipment, Utensils and Supplies
Set Aside (SDVOSB/VOSB):
VOSB Set-Aside VIP Verified
NAICS Code:
333318
Contracting Office Address
DEPARTMENT OF VETERANS AFFAIRS
NCO 22 Gilbert
4135 S Power Rd. Ste 103
Mesa, AZ 85212
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; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01 Effective 01/22/2019.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1500 employees.
Southern Arizona VA Healthcare System is seeking to purchase DISHWASHER FLIGHT TYPE
BRAND NAME OR EQUAL
TO: HOBART 2016 MODEL NO. FT1000+ENERGY
All interested companies shall provide quotation(s) for the following:
Supplies
SAVAHCS PER
FORMANCE WORK STATEMENT
Commercial Flight-Type Dishwashing Machine
The contractor shall provide SAVAHCS the following Brand Name or Equal System, HOBART 2016 MODELNO.FT1000+ENERGY
C.1 Design Features:
Fully automatic, rack type, electric dishwasher.
Not to exceed 26 feet in length and 4 feet in width.
Flexible strip curtains at the ends of chambers and between prewash, washer, power rinse, and final rinse compartments to prevent overspray.
Unobstructed access to interior of machine; hinged double doors preferred for easy cleaning/ maintenance.
Scrap baskets must be unobstructed and easy to remove.
Left to Right direction of operation.
Auto Clean and Auto Delimer.
Energy efficient with water usage of <60 gph to comply with GEM goals of water conservation
Energy recovery system that reclaims heat for energy to reduce amount of energy used.
Double, hinged doors for easy accessibility.
C.2 Construction Features:
Tank and chambers constructed of #16 (or heavier) gauge stainless steel.
Pumped rinse system.
Sloped screens to carry scrapes to the scrap baskets.
Opening 29-inch wide, and 22-inch high (minimum), 24-inch height preferred to allow for larger wares to be washed in the machine.
Stainless steel side links, tie rods, conveyor tracks.
Must be able to utilize/connect to the 3 sanitary sewer line for drainage.
Must include blower dryer after final rinse.
Dual Rinse.
18 kW Electric Booster
C.3 Controls:
Digital Temperature displays located on front of the dish machine.
Start and Stop switches at both ends of the machine.
Open door and drain indicators
C.4 Conveyor:
Trip mechanisms provided at unload section.
Racks conveyed automatically through prewash, wash, power rinse, and rinse sections into the clean area.
Must be able to start and stop machine at both ends of conveyor.
Horizontal conveyor belt.
Capless Auto Clean wash arms.
Conveyor belt 30 wide.
Removable scrap pans and baskets.
C.5 Standard Features:
Dish machine must comply with NSF certified and be UL classified.
Single points vent location.
Mounted temperature display provides wash, power rinse, and final rinse temperatures.
C.6 Removal of Existing Dishwasher:
The contractor shall disconnect the current dish machine from the facility utilities, disassemble the machine, and dispose of the machine.
All necessary duct and plumbing work shall be completed prior to installation.
C.7 Installation:
Return after facility dish room floor repair to install the new machine Stainless Steel/Venting Modifications
Dish machine is to be installed according to factory recommendations and comply with facility resources.
Uncrate and set in place new dishwasher. Assemble new dishwasher and make internal connections.
Final Electrical, Water and Drain connections are included.
Installation to take place during normal business hours 8am -5pm Monday Friday.
Demo/Installation will take 3 to 5 days for completion.
Start-up and operator training to be completed on the day of installation to include training on operation, safety, cleaning, and light maintenance.
C.8 Utilities:
Modify the vent connections from square to round and remove the air gap.
C.9 Plumbing:
Disconnect and reconnect water supply, steam supply, steam condensate, and indirect waste lines.
Connect dishmachine to pre-existing water softener.
C.10 Cleanup:
.
C.11 Inspection and Acceptance:
The unit shall be inspected by SAVAHCS personnel after delivery and installation to ensure it is operating in accordance with the manufactures performance standards.
The contractor shall provide initial training to SAVAHCS personnel on the normal operation and maintenance of the new equipment.
D. Monthly Preventative Maintenance Service Plan (See Special Contract Requirements, Attachment 1):
Contractor is to provide a 5 year total care plan (Base Year and 4 One Year Option Periods) for the equipment. This monthly service plan will include all preventative maintenance, parts and labor, emergency service repairs, and any training required.
These service plans shall run in conjunction with the original equipment manufacturers warrantee excluding the cost of parts and labor that are covered under the manufactures original product warranty.
41.4
Place of Performance Southern AZ. VA Healthcare System
Address:
3601 South 6th Ave.
City/State:
Tucson, AZ
Postal Code:
85723
Country:
UNITED STATES
Award shall be made to the quoter whose quotation is the lowest priced responsive and responsible quotation on an All or None basis, meaning that the quoter must be able to supply the total quantity requested of the acquisition to be considered for award.
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 (OCT 2018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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 (OCT 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) Please see attachment A for complete listing of clauses and provisions applicable to this contract.
All quotations shall be sent to Columbus Campbell, Contracting Specialist, at
[email protected].
This is an open-market combined synopsis/solicitation for Exam Tables as defined herein.ÃÂ ÃÂ The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 4:00 PM EST 6/28/2019 to
[email protected]. 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 contracting specialist, Columbus Campbell, at
[email protected], not later than 4:00 pm EST on 6/26/2019.
Point of Contact
Contracting Specialist, COLUMBUS
[email protected].
B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
DISHWASHER, FLIGHT TYPE 2016 Model No. FT1000+ENERGY Flight type dish machine, 58 gallons of final rinse consumption per hour, with dual rinse, hinged & insulated doors, sliding wash arms without caps, & microprocessor controls with AutoClean, AutoDelime, Energy Recovery, 16" round flange & Automatic Soil Removal system (ASR) 1 ea All FT1000 models are to be quoted by Hobart's internal quotation group 1 ea Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA
LOCAL STOCK NUMBER: FT1000+ENERGY
0002
1.00
EA
__________________
__________________
FT1000-LPF025 Load Platform 2.5' (Total LOAD length is 2.5' load platform + 2' ASR + 3' prewash = 7'7") FT1000-ACLYES With Auto Clean 1 ea FT1000-ADLYES With Auto Delime 1 ea FT1000-DRN-UNL Drain in Unload 1 ea FT1000-DRSYES With Dual Rinse FT1000-CTRSTD Standard Non-Split 8' Center Joined (Wash/Power Rinse/Dual Rinse)
LOCAL STOCK NUMBER: FT1000-LPF025
0003
1.00
EA
__________________
__________________
FT1000-UNL075 7' 5" Unload Section Non Split FT1000TLG24.27 TLG - Total Length of load, center & unload section is: 24.27 feet (overall length)
LOCAL STOCK NUMBER: FT1000-UNL075
0004
1.00
EA
__________________
__________________
FT1000-DRYYES With Blower Dryer
LOCAL STOCK NUMBER: FT1000-DRYYES
0005
4.00
EA
__________________
__________________
Service Labor Hours for Blower Dryer- Note- If the customer location is beyond 50 miles of the local Hobart Office, please contact the Branch Manager or Agent for more specific quote. Any additional training required by the General Contractor or Customer for Flight-Type assembly will be at an additional charge to the Customer FT1000HGTSTD Standard Height 1 ea FT1000-EGRYES With Energy Recovery System Included
LOCAL STOCK NUMBER: BLOWER-DRYER
0006
2.00
EA
__________________
__________________
Service Labor Hours for Removal & Reinstall for Energy Recovery Shipped Loose- Note- If the customer location is beyond 50 miles of the local Hobart Office, please contact the Branch Manager or Agent for more specific quote. Any additional training required by the General Contractor or Customer for Flight-Type assembly will be at an additional charge to the Customer FT1000-AER0NO Without Advansys Energy Recovery (Ventless Technology)
LOCAL STOCK NUMBER: FT1000-AER0NO
0007
1.00
EA
__________________
__________________
FT1000-HTEELE Electric Heat FT1000-ELE0AX 208v/60/3-ph (LV) FT1000-CBRYES With Circuit Breaker
LOCAL STOCK NUMBER: FT1000-HTEELE
0008
1.00
EA
__________________
__________________
FT1000-CBRELW ELW - With Circuit Breaker, Electric, Low Voltage, for machines With Blower Dryer FT1000-CON002 (2) Service Connections (refer to specifications sheet for rated amps )
LOCAL STOCK NUMBER: FT1000-CBRELW ELW
0009
1.00
EA
__________________
__________________
FT1000-BST018 18 kW Electric Booster FT1000-PIPSTD Standard Piping FT1000-DIR0LR Left to right operation FT1000-DORHNG Hinge doors, all sections FT1000-SEC0NO Without added security FT1000-CNVSTD Standard Conveyor FT1000-ROD0NO Without Cross Rods FT1000-SEF0NO Without SEF Options
LOCAL STOCK NUMBER: FT1000-BST018
0010
26.00
EA
__________________
__________________
Service Labor Hours for Energy Recovery- Note- If the customer location is beyond 50 miles of the local Hobart Office, please contact the Branch Manager or Agent for more specific quote. Any additional training required by the General Contractor or Customer for Flight- Type assembly will be at an additional charge to the Customer
LOCAL STOCK NUMBER: ENERGY RECOVERY
0011
4.00
EA
__________________
__________________
Service Labor Hours for Blower Dryer- Note- If the customer location is beyond 50 miles of the local Hobart Office, please contact the Branch Manager or Agent for more specific quote. Any additional training required by the General Contractor or Customer for Flight-Type assembly will be at an additional charge to the Customer
LOCAL STOCK NUMBER: SERVLAB BLOWER-DRYER
0012
2.00
EA
__________________
__________________
Service Labor Hours for Removal & Reinstall for Energy Recovery Shipped Loose- Note- If the customer location is beyond 50 miles of the local Hobart Office, please contact the Branch Manager or Agent for more specific quote. Any additional training required by the General Contractor or Customer for Flight-Type assembly will be at an additional charge to the Customer
LOCAL STOCK NUMBER: REMOVAL\T\REINSTALL
0013
1.00
EA
__________________
__________________
INSTALL Custom Model No. INSTALL Customer to provide: *** Receive the new equipment and hold safe and secure in an interior location until the agreed upon installation date. *** Provide a clear path between the holding area to the installation location for the removal and installation of the old an d new equipment. *** Any and all utility modifications and or upgrades to match the needs of the new machine. The customer is going from stea m to electric so the electrical will need to be modified *** Disconnecting and sealing off the old steam and moving the water that comes out of the floor that is currently being prot ected by a wire cage. *** Any and all floor repairs once the old machine is removed. Hobart Service will: *** De-install, remove and properly dispose of the old steam FT. *** Uncrate the customers new equipment, inspect, set in place, assemble, make final connections with 5 ft, make operational, test and provide training. *** Modify the vent connections from square to round and remove the air gap. *** Return after the removal and floor repair to install the new machine Stainless Steel/Venting Modifications: Installation to be completed during normal business hours. Installation Notes: Receipt of equipment at local installer's office or delivery to customer's facility at a pre-scheduled time Uncrating and set-in place in existing location on the ground level Final hook-ups (within 5 feet) to existing utilities Start-up and operator training to be completed on day of installation to include training on operation, safety, cleaning and light maintenance Removal of packaging materials and rubbish Pricing is for locations within 50 miles of the local Hobart Service Provider Installations completed during normal business hours. Monday - Friday; 8:00am - 5:00pm New equipment must match the location's current specifications: electrical, gas lines, plumbing/drains, and venting Installations in the New York Metro Area will be subject to a 20% upcharge (Hobart's New York City, Long Island, and Newark offices). Not included--unless noted in quote: Disposal of existing equipment. Disposal of existing equipment is available at an additional flat cost Any utility or mechanical upgrades, stainless steel modifications or upgrades, or floor, wall, or ceiling/roofmodifications New shut off valves, pressure regulators, gas hoses, other misc. parts Permits or tax, if applicable Refrigerant recovery fees, if applicable More than one trip to the location Union or prevailing wage labor No venting, stainless steel fabrication / modification, or utility upgrades are included. No Hallway or doorway modifications are included. Other existing kitchen equipment that must be moved (and reinstalled) in order to set new unit in place If there are any unusual circumstances a site visit is required, and a firm quotation will be provided for all necessary work. Unusual circumstances and exceptions to pricing outlined would include but are not limited to: restricted entryways, physical obstacles, architectural access restrictions, nonstandard installation hours, unusual vehicle restrictions and local ordinances, etc.
LOCAL STOCK NUMBER: INSTALL
0014
1.00
JB
__________________
__________________
PROSURANCE: 24/7 coverage for all calls, unlimited calls, 4 hour response for emergency calls, 24 hour response for non-emergency calls, parts automatically expedited, expendable parts coverage, (2) maintenance inspections & (2) proactive maintenance visits (NET) YEAR TWO
Contract Period: Option 1
POP Begin: 07-02-2020
POP End: 07-02-2021
LOCAL STOCK NUMBER: PROSURANCE2
0015
1.00
JB
__________________
__________________
PROSURANCE: 24/7 coverage for all calls, unlimited calls, 4 hour response for emergency calls, 24 hour response for non-emergency calls, parts automatically expedited, expendable parts coverage, (2) maintenance inspections & (2) proactive maintenance visits (NET) YEAR THREE
Contract Period: Option 2
POP Begin: 07-01-2021
POP End: 07-01-2022
LOCAL STOCK NUMBER: PROSURANCE3
0016
1.00
JB
__________________
__________________
PROSURANCE: 24/7 coverage for all calls, unlimited calls, 4 hour response for emergency calls, 24 hour response for non-emergency calls, parts automatically expedited, expendable parts coverage, (2) maintenance inspections & (2) proactive maintenance visits
Contract Period: Option 3
POP Begin: 07-02-2022
POP End: 07-01-2023
LOCAL STOCK NUMBER: PROSURANCE4
0017
1.00
JB
__________________
__________________
PROSURANCE: 24/7 coverage for all calls, unlimited calls, 4 hour Sell Item Qty Description Sell Sell Total response for emergency calls, 24 hour response for non-emergency calls, parts automatically expedited, expendable parts coverage, (2) maintenance inspections & (2) proactive maintenance visits (NET) YEAR FIVE 1 ea FT1000-ASRYES Automatic Soil Removal Included (ASR)
Contract Period: Option 4
POP Begin: 07-01-2023
POP End: 07-30-2024
LOCAL STOCK NUMBER: PROSURANCE5
GRAND TOTAL
__________________
B.3 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
Southern Arizona VA Health Care System
3601 S 6th Ave
Tucson, AZ 85723
USA
1.00
MARK FOR:
April Waters
520-792-1450 x6970
[email protected]
0002
1.00
0003
1.00
0004
1.00
0005
4.00
0006
2.00
0007
1.00
0008
1.00
0009
1.00
0010
26.00
0011
4.00
0012
2.00
0013
1.00
0014
1.00
0015
1.00
0016
1.00
0017
1.00
36C25819Q0315
Page 1 of
Page 21 of 23
Page 1 of
SECTION C - CONTRACT CLAUSES
C.1 FSS RFQ INTRODUCTORY LANGUAGE
The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence.
C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services.
(End of Clause)
C.3 VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) . The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.
(End of Clause)
C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR ç125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
(a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.
(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)
FAR Number
Title
Date
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2018
852.246-71
REJECTED GOODS
OCT 2018
C.6 VAAR 852.247-71 DELIVERY LOCATION (OCT 2018)
Shipment of deliverable items, other than reports, shall be to:
Department of Veterans Affairs
Northern Arizona VA Healthcare System
500 U.S. Hwy N
Prescott AZ 86313
(End of Clause)
C.7 VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018)
(a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract.
(b) Mark deliverables, except reports, for:
(End of Clause)
C.8 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018)
Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation.
(End of Clause)
C.9 VAAR 852.247-74 ADVANCE NOTICE OF SHIPMENT (OCT 2018)
work days prior to shipping item(s)
,
the Contractor shall furnish the anticipated shipment date, bill of lading number (if applicable), and carrier identity to and to the Contracting Officer.
(End of Clause)
36C25819Q0315
Page 1 of
Page 22 of 23
Page 1 of
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS
36C25819Q0315
Page 1 of
Page 23 of 23
Page 1 of
SECTION E - SOLICITATION PROVISIONS
E.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999)
(a) 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 are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) 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.
(d) 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.
(End of Provision)
Bid Protests Not Available