New York Bids > Bid Detail

5450--STEEL SHED

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159288933536917
Posted Date: Jul 7, 2023
Due Date: Jul 14, 2023
Solicitation No: 36C24223Q0918
Source: https://sam.gov/opp/282dce6cc1...
Follow
5450--STEEL SHED
Active
Contract Opportunity
Notice ID
36C24223Q0918
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 07, 2023 03:57 pm EDT
  • Original Date Offers Due: Jul 14, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Northport VAMC Northport , NY 11768-2200
    USA
Description
Request for Quote (RFQ) #: 36C24223Q0918
STEEL SHED
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 11:00am EST, 07/13/2023
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Wilmen.Joa@va.gov no later than 11:00am EST, 07/14/2023
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ) and the solicitation number is 36C24223Q0918. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 effective December 01, 2022.
The North American Industrial Classification System (NAICS) code for this procurement is 332312, with a business size standard of 500 employees. This is an open market small business (SB) set aside solicitation for a Brand-Name or Equivalent requirement.

List of Line Items;
STEEL MASTER: STEEL SHED (NO INSTALLATION NEEDED)
*** VENDOR COVER SHIPPING / FREIGHT FEE ***

Line No.
Product Number
Description/Part Number*
Qty
0001
R35-14-34
STEEL SHED 35'W X 12'-2.75" H X 34'-5" L CONTAINES STEEL ARCHES, REAR END WALL, INDUSTRIAL BASE CONNECTOR, PREMIUM GRADE HARDWARE.
1 EA

Salient Characteristics
This is a brand name or equal request for one (1) new steel shed with the following requirement:
35 wide x 12 -2.75 high x 34 -5 long
Contains 17 heavy-duty Galvalume Plus Steel Arches AZ 180 Galvalume coating, double bolt 9 lap seams. Grade 80 heavy-duty steel.
Heavy Gauge solid steel end wall with precut panels to length.
Industrial base Connector
All necessary hardware to include screws, fasteners, washers etc. to secure building to foundation.
Approximate Weight 5,173 lbs.
Shed must made of industrial grade steel.
FAQ
Is this for storage or vehicle/equipment? No, for salt only.
Do you require a new concrete foundation -slab, or installing on existing? Existing.
Do you require any windows and single/double doors? No.
Can the front door be a typical single (16x10) overhead garage door or can it be a roll up for saving space. What size? or 2 separate? No doors or windows.
Is there a specific color/ combo? No.
Any electric (lighting), water ,or exhaust ventilation fan required for interior fitting? No.
Any shelving or loft type structures required on the inside? No.
Is there a specific warrantee? 1 year.
Any wind load or site specific calculations to meet (will plans be required for engineering)? No.
Can we use extruded aluminum in lui of steel (possible budget savings)? No, steel only.
What height wall will this structure be sitting on? Seven one-foot-tall Mafia blocks.
Is there a specific tonnage of salt that they want to be storing inside? Would like to confirm the building size is accurate? Three compartments containing 10 Ton ea., sand, sand and salt and straight salt. Yes, we would like to confirm, the piles of salt usually do not go above the block base of seven or so feet.
Is the rear wall going to the top of the block and not to the ground level? The rear wall will go down to the base of the structure, not below.
Is the block wall existing or is it still to be built? The block foundation exists and had a shed previously on it till a tree knocked it down.

*** VENDOR COVER SHIPPING / FREIGHT FEE ***

Warranty:
Equipment shall be warrantied against defective materials and workmanship under normal use for a period of one (1) year from the date the equipment is tested and considered satisfactory and fully functional.

Description of Requirements for the items to be acquired --see Section (v) above.
Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at the following locations:

Place of Performance / Delivery:

POP: Within 120 days of the date of contract award.

(This procurement is a priority standard request and will need to be completed as soon as possible.)

Northport VAMC
79 Middleville Rd
Northport, NY 11768-2200

Award shall be made to the offeror whose quotation offers the best value to the government, considering price, and other factors. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name Only to the requirements.
Non-manufacture ruling is adhered to and followed in this requirement.
52.212-1, Instructions to Offerors--Commercial
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following:

(I) Price (II) Proof of Meeting the Special Standards of Responsibility

Volume I Price (utilizing format of paragraph (v) above)

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

Volume II Proof of Meeting the Special Standards of Responsibility

The offeror must provide proof of being an authorized distributor of the selling items.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

(a) This is FAR Part 13 acquisition utilizing Price-Only with Special Standards of Responsibility. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and special standards of responsibility. The following factors shall be used to evaluate offers:

Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the special standards of responsibility shall not be selected regardless of price.

Special Standards of Responsibility The offeror must be an authorized distributor of the selling items with the capability of performing all requirements.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Addendum to 52.212-2)

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (FEB 2023)
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (FEB 2023) (31 U.S.C. 6101 note)
FAR 52.219-28
Post Award Small Business Program Representation (FEB 2023) (15 U.S.C 632(a)(2))
FAR 52.219-33
Nonmanufacturer Rule (FEB 2023)
FAR 52.222-3
Convict Labor (FEB 2023) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (FEB 2023) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (FEB 2023)
FAR 52.222-26
Equal Opportunity (FEB 2023) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (FEB 2023) (38 U.S.C. 4212)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
FAR 52.222-37
Employment Reports on Veterans (FEB 2023) (38 U.S.C. 4212)
FAR 52.222-50
Combating Trafficking in Persons (FEB 2023) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (FEB 2023) (E.O. 13513)
FAR 52.225-1
Buy American-Supplies (FEB 2023)
FAR 52.225-2
Buy American Certificate (FEB 2023)
FAR 52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (FEB 2023)
FAR 52.225 5
Trade Agreements (FEB 2023)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (FEB 2023) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (FEB 2023)

Additional contract requirements or terms and conditions:
N/A
52.252-2, Clauses Incorporated by Reference (FEB 2023)
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):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
The following FAR clauses are incorporated by reference:
FAR 52.204-13
System for Award Management Maintenance (FEB 2023)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (FEB 2023)
FAR 52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2023)
FAR 52.219-6
Notice of Total Small Business Set-Aside (DEVIATION 2022-03)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following VAAR clauses are to be incorporated by reference:
VAAR 852.203-70
Commercial Advertising (FEB 2023)
VAAR 852.211-70
Service Data Manuals, (FEB 2023)
VAAR 852.212-71
Gray Market Items (FEB 2023)
VAAR 852.212-72
Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.219-10
VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (FEB 2023)
VAAR 852.219-74
Limitations on Subcontracting Monitoring and Compliance (FEB 2023)
VAAR 852.232-72
Electronic Submission of Payment Requests (FEB 2023)
VAAR 852.246-71
Rejected Goods

52.252-1, Solicitation Provisions Incorporated by Reference (FEB 2023)

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):
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (FEB 2023)
FAR 52.204-16
Commercial and Government Entity Code Reporting (FEB 2023)
FAR 52.214-21
Descriptive Literature (FEB 2023)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to Wilmen.Joa@va.gov by 11:00am EST, 07/14/2023
Name and email of the individual to contact for information regarding the solicitation:
Wilmen Joa
Wilmen.Joa@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 07, 2023 03:57 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >