5820–Motorola Radios for Covid-19 Amendment

Jul 8, 2020 | COVID-19, SDVOSB Set-Asides

Solicitation Number: 36C24420Q0732
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 244-NETWORK CONTRACT OFFICE 4 (36C244)
Location: Lebanon, 17042
Notice Type: Combined Synopsis/Solicitation
Posted Date: 7/7/2020
Response Date: 7/14/2020 10:00 AM
Archive Date: 8/13/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: 58 – Communication, detection, & coherent radiation equipment
PSC Code: 5820 (RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE)
Last Change: 7/8/2020 3:22 AM

Combined Synopsis Solicitation/Modification: Police Service Portable Radio Replacement TIERED EVALUATIONS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. It is the Government s intent to award a Firm Fixed Price purchase order as a result of this RFQ. Award of the purchase order is subject to the availability of funds. Quoters should ensure that quote(s) submitted in response to this Combined Synopsis Solicitation do not expire prior to November 30, 2020. (ii) The solicitation number is 36C24420Q0732 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06 Dated 05/06/2020. (iv) This solicitation is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; ad (4) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. The associated NAICS code for this requirement is 334220 which has a small business size standard of 1,250 employees. (v) Schedule of Requirements/CLINS (vi) Statement of Need and Salient Characteristics GENERAL INFORMATION Title of Project: LVAMC Police Service Portable Radio Replacement Scope of Work: The Department of Veterans Affairs (VA), Lebanon VA Medical Center (LVAMC), located at 1700 S. Lincoln Ave, Lebanon, PA 17042, PLEASE SEE ATTACHED SOW order (ARO). (viii) The provision at 52.212-1, Instructions to Offerors –Commercial, applies to this acquisition and the following clauses ANDinstructions are added as addenda: Quoters shall provide an itemized quote that includes firm pricing for all CLINs, delivery timeframe, quote expiration date, and documentation of authorized distributor status. Award of the resultant purchase order from this Combined Synopsis Solicitation is subject to the availability of funds. Quoters shall ensure that quote(s) submitted in response to the Combined Synopsis Solicitation do not expire prior to November 30, 2020. This is an open-market combined synopsis/solicitation for equipment as defined herein. The government intends to award a firm fixed price 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). 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) (ix) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. Evaluations will be completed using Tiered Evaluations Including Large Business Concerns: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; ad (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.246-71 Rejected Goods (OCT 2018) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor–Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American–Free Trade Agreements–Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer–Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ:https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to [email protected] and received no later than 10:00 A.M. EST on TUESDAY, JULY 14, 2020. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to [email protected] will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to [email protected].

Contracting Office Address

1010 DELAFIELD ROAD, PITTSBURGH, PA 15215

Place of Performance

Lebanon, 17042

Contact Information

Contracting Officer
Phone: 302-332-0940
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.