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; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
The solicitation number is: 36C10X20Q0070, and it is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses.
The applicable NAICS for this procurement is: 325611, size standard: 1,000 employees
Description of requirements for the items to be acquired:
PRODUCT DESCRIPTION
DEPARTMENT OF VETERANS AFFAIRS
OFFICE OF HUMAN RESOURCES & ADMINISTRATION
IN 477 Hand Sanitizer
REQUIREMENTS:
The Department of Veterans Affairs (VA), Office of Administration Facilities Services has a need to procure hand sanitizer stations and bottles to service approximately 10,000 VA employees, veterans, and visitors on a daily basis. The hand sanitizer solution shall be composed of at least 60% alcohol in accordance with guidelines established by the Centers for Disease Control. Products must include manufacturer s warranty and included support.
Item
Description
Quantity
1
Delivery of hand sanitizer floor/stand dispensers (stands, dispensers, and refills must all be compatible between items 1 and 2. Must include batteries if applicable): 500-2000 milliliter capacity
60
2
Hand sanitizer refill: 1,000,000 milliliters for item 1
1
3
Hand sanitizer bottle with pumps: 2 liters
1500
4
Hand sanitizer bottle with pumps: 8 ounces Alternative size equal to 24,000 ounces total is acceptable such as 1,500, 16 ounces bottles.
3000
Delivery Date:
All dates are defined below or sooner if possible.
Item
Delivery Date
1
100% of order delivered 1 week after receipt of order (ARO)
2
50% of order delivered 1 week ARO, 100% 4 weeks ARO.
3
25% of order delivered 1 week ARO, 50% 3 weeks ARO, 75% 5 weeks ARO, 100% 8 weeks ARO.
4
25% of order delivered 1 week ARO, 50% 3 weeks ARO, 75% 5 weeks ARO, 100% 8 weeks ARO.
Delivery Address, Instructions, and Points of Contact:
Attn: TBD
Department of Veterans Affairs
810 Vermont Ave, NW
Washington, DC 20420
Loading Dock: Driver must call in advance for instructions. No pallet jacks onsite contractor should provide if needed.
Primary: TBD
Alternate: TBD
2nd Alternate: TBD
Special Shipping Instructions:
Prior to shipping, Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. Contractor cannot make any changes to the delivery schedule at the request of Site POC.
Contractors must coordinate deliveries with Site POCs before shipment of hand sanitizer stands, dispensers and refill bottles to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, will bear the VA Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. Package 1 of 2 ), clearly readable on manifests and external shipping labels.
Packing Slips/Labels and Lists shall include the following:
IFCAP PO # ____________ (i.e., 166-E11234)
Total number of Containers: Package ___ of ___. (i.e., Package 1 of 3)
NOTE: VA IN 477 Hand Sanitizer
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Offerors shall submit information that demonstrates their solution and prior experience to meeting the Government s requirements. This shall be limited to 10 pages.
The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. Offers will be comparatively evaluated. Evaluation will be based on the offeror s overall solution including price that best meets the requirements of the Product Description. Award will be based by comparing each quote received and selecting that one that best meets the requirements of the Product Description. Multiple awards may be issued if a single vendor cannot achieve the best solution. It is solely within the governments discretion to issue multiple orders or a single order.
Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Incorporated clauses required by statute and executive order will be included in the purchase order.
The clause at FAR 52.225-1, Buy American Supplies, applies to this acquisition.
The clause at FAR 52.225-2, Buy American Certificate applies to this acquisition.
Buy American Certificate (May 2014)
      (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American-Supplies.
      (b) Foreign End Products:
Line Item No.
Country of Origin
______________
_________________
______________
_________________
______________
_________________
     [List as necessary]
      (c) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of Clause)
Any additional contract requirements or terms and conditions: FAR 52.211-6, FAR 52.219-1, FAR 52.219-27, FAR 52.232-40, FAR 52.247-34, VAAR 852.203-70, VAAR 852.232-72. SDVOSB Offerors must be verified in VIP: https://www.vip.vetbiz.gov/. Unverified SDVOSBs/VOSBs will be considered non-responsive and offers will not be evaluated at the SDVOSB/VOSB tier. All Contractors MUST be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due: March 19, 2020, 1200 EST.
Name and telephone number of the individual to contact for information regarding the solicitation:
Primary:
Derek Devine
Contracting Officer
Department of Veterans Affairs, SAC-F
[email protected]
Alternate,
Carey M Kauzlarich
Contracting Officer
Department of Veterans Affairs, SAC-F
[email protected]
Bid Protests Not Available