7690--660 Customized Public Service Announcements

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Utah
Type of Government: Federal
Category:
  • 76 - Books, Maps, and Other Publications
Posted: May 23, 2023
Due: Jun 1, 2023
Solicitation No: 36C25923Q0514
Publication URL: To access bid details, please log in.
Follow
7690--660 Customized Public Service Announcements
Active
Contract Opportunity
Notice ID
36C25923Q0514
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 23, 2023 07:48 am MDT
  • Original Date Offers Due: Jun 01, 2023 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 7690 - MISCELLANEOUS PRINTED MATTER
  • NAICS Code:
    • 541890 - Other Services Related to Advertising
  • Place of Performance:
    Salt Lake City VA Medical Center 500 Foothill Drive SLC , UT 84148
    USA
Description
Request for Quote (RFQ) #: 36C25923Q0514
Customized Public Service Announcement Items

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 3:00pm MST, May 26, 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 Rebecca.Moran@va.gov no later than 3:00pm MST, June 1, 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.
***Please submit Quote in the order that it appears in this notice. All manufactures must be from the USA. Vendor will be working with Hospital POC to figure out all the different customizations for each item.

This is a Request for Quote (RFQ). 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 12/30/2022.

The North American Industrial Classification System (NAICS) code for this procurement is 541890 with a small business size standard of $16.5 million dollars. This solicitation is 100% set aside for SDVOSB.

List of Line Items.

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Laminated banners that expand to nearly seven feet tall, then retracts for easy carrying and storage. Features a customizable full-color imprint and includes a soft carry case. Multiple options and exclusive trauma informed content.
4
EA
$
$
0002
Customizable Banner Pen with pull out the banner in this click-action pen for characteristics that can define a healthy relationship, and warning signs that a relationship may be unhealthy. Pen comes with black ink, and custom imprint on barrel.
250
EA
$
$
0003
Customizable Awareness Key Chains No More than 3 W, 2 H, 1.5 Dia.
100
EA
$
$
0004
Customizable Awareness Magnet: Made of non-toxic, white flexible magnet with clear, protective laminate. Must include 25-50 multi-cut pieces, pieces can be assembled in multiple combinations to create prevention and awareness messaging. Domestic Violence; Sexual Assault
500
EA
$
$
0005
Customizable Banner Pen with pull out the banner in this click-action pen for characteristics that can define Sexual Violence, and ways to be a leader. Pen comes with black ink, and custom imprint on barrel.
250
EA
$
$
0006
Lip balm in customizable case; SPF 15 or higher, made in America and is FDA compliant and PABA free. Customizable flavor and template. All templates will be printed on a metallic label.
1,000
EA
$
$
0007
Whistle key chain with LED lights. Customizable imprint on front.
1,000
EA
$
$
0008
Lip Balm with customizable banner pull out to promote awareness of human trafficking and help line info. SPF 15 or higher. VANILLA
1,000
EA
$
$
0009
Lip Balm with customizable banner pull out to promote awareness of human trafficking and help line info. SPF 15 or higher. MINT
1,000
EA
$
$
0010
Travel first aid kit, Customizable imprint, items specific to Domestic violence safety
500
EA
$
$
0011
Customizable imprint denim wallet no more than 4 W, 2 H.
500
EA
$
$
0012
Customizable imprint stress ball, Non-toxic, liquid filled ball splats against glass and other surfaces when thrown. Can be washed in soap and water to regain sticky surface when needed.
250
EA
$
$
0013
Flexible Flyer with lightweight fabric that is stretched across a flexible hoop, so it easily folds into an included pouch for carrying. Between 9 -11 Diameter.
300
EA
$
$
0014
Customizable imprint, non-toxic glow stick lasts approximately eight to twelve hours, and includes a black lanyard attachment. WHITE
200
EA
$
$
0015
Customizable Key strip with carabiner on one end and key ring on the other with customizable imprint on the center strip.
1,000
EA
$
$
0016
PVC wheel rotates to reveal information related to Domestic Violence. Written specifically for military communities. Power and Control
250
EA
$
$
0017
Sexual Violence Awareness, 3 panel desk top display that covers topics related to sexual Violence, lightweight, Portable with carry case.
1
EA
$
$
0018
Customizable Table throw; adjustable throw with Velcro tabs to accommodate six- or eight-foot table lengths. Fabric is dyed to custom color, with custom full-color imprint. Sexual Violence
1
EA
$
$
0019
Sexual Assault -Laminated banners that expands to nearly seven feet tall, then retracts for easy carrying and storage. Features a customizable full-color imprint and includes a soft carry case.
1
EA
$
$
0020
Sexual assault prevention display, 3 panel desk top display that covers topics related to sexual assault prevention, lightweight, Portable with carry case.
1
EA
$
$
0021
Awareness Cookie. Cookies come individually wrapped. Front of cookie packaging features a full-color label with program messaging and full-color imprint. Must be able to choose cookie flavor and template.
500
EA
$
$
0022
Customizable awareness tote, full-color imprint, and message on this large 13.5 x 16 poly-knit tote bag. Must be able to customize the printing template. Sexual Assault
250
EA
$
$
0023
Customizable sexual assault prevention backpack. Includes custom imprint for program message.
500
EA
$
$
0024
Customizable sliding reference guide for safety planning and leaving an abusive relationship. Must include when to leave, safety planning during pregnancy, tech and social media safety, preparing to leave and how to be prepared.
500
EA
$
$
0025
Customizable imprint awareness balloons. Must be available in a variety of colors.
1,000
EA
$
$
0026
Customizable imprint, non-toxic glow stick lasts approximately eight to twelve hours, and includes a black lanyard attachment. PURPLE
500
EA
$
$
0027
Customizable awareness pen must have a variety of styles and options with customizable imprint with program information.
1,000
EA
$
$
0028
Customizable Table throw; adjustable throw with Velcro tabs to accommodate six- or eight-foot table lengths. Fabric is dyed to custom color, with custom full-color imprint. Domestic Violence
2
EA
$
$
0029
Customizable imprint Sexual Assault Awareness messaging card. Includes 1-color imprint for maximum impact. Pop Grip sticks flat to the back of a phone, tablet or case with its repositionable gel. Once extended, the Pop Grip becomes a media stand for your device, a photo or texting grip, or lower it for a video chat.
250
EA
$
$
0030
Customizable Sexual assault and prevention temporary tattoos.
250
EA
$
$
0031
Customizable Key strap with carabiner on one end and key ring on the other with customizable imprint on the center strip.
2,000
EA
$
$
0032
Personal care kit must include drawstring pouch with customizable imprint on the front, toothpaste, folding toothbrush, adhesive bandages, antiseptic towelettes.
500
EA
$
$
0033
Customizable imprint Intimate partner violence awareness decals, full color, vinyl, removable adhesive decals.
1,000
EA
$
$
0034
Continuum of sexual assault pocket pointer, Pocket Pointer defines the Continuum of Sexual Violence offers ways to intervene.
250
EA
$
$
0035
0.5 oz awareness travel hand sanitizer with alcohol, customizable silicone strap and printing template.
1,000
EA
$
$
0036
Ribbon adhesive notepad, must be 4" W x 6" H, die cut Ribbon shaped notepad, custom imprint and prevention and awareness messaging.
1,000
EA
$
$
0037
Customized silicone phone pocket attaches to the back of your phone to hold ID, credit cards, etc. Includes an educational wallet card discussing signs of Sex Trafficking  and information on how traffickers recruit. Customizable imprint.
200
EA
$
$
0038
Awareness stress ball with color customizable imprint. Must have various colors
1,000
EA
$
$
0039
Customizable, eight-panel pocket size mini brochure contains information on recognizing the signs of human trafficking and how to help someone you believe is a victim. Made from 80 lb. glossy paper that is printed full-color and folded to size.
200
EA
$
$
0040
Customized educational slider teaches you about military sexual trauma.
250
EA
$
$
0041
Customizable awareness tote, full-color imprint, and message on this large 13.5 x 16 poly-knit tote bag. Must be able to customize the printing template. Sexual Assault
250
EA
$
$
0042
Customizable Awareness Magnet: Made of non-toxic, white flexible magnet with clear, protective laminate. Must include 25-50 multi-cut pieces, pieces can be assembled in multiple combinations to create prevention and awareness messaging. What is Sexual Violence
300
EA
$
$
0043
Customized, multiple colors, District Made 50/50 blend ring spun combed cotton/poly Unisex t-shirts. SM 100, MD 100, LG 100, XL 100, XXL 100
500
EA
$
$
0044
Customized educational slider teaches you about male-on-male sexual assault. Learn what to do if you become a victim in need of help. This slider includes a guide full of resources to help you find the support you need.
250
EA
$
$
0045
Customized, Round neoprene coaster features a slip-proof backing, multiple options/colors
300
EA
$
$
0046
Customized heat/cold pack, exclusive teal ribbon pack with purple gel beads. Simply microwave for warm therapy or freeze for cold therapy. CPSIA and Prop65 compliant, FDA certified, and TRA tested. Reusable and easily cleaned with mild soap and water.
350
EA
$
$
0047
Customizable Table throw; adjustable throw with Velcro tabs to accommodate six- or eight-foot table lengths. Fabric is dyed to custom color, with custom full-color imprint. Sexual Violence
1
EA
$
$
0048
Customized, multiple options for colors and populations. Awareness to Native American population domestic violence prevention and awareness messaging to your workspace with the dye-sublimated mouse pad.
700
EA
$
$
0049
Customized, multiple options for colors and populations. Awareness to Native American population exclusive full-color digitally printed hand fans. Made from 18pt white board stock with UV coating and a wooden handle.
350
EA
$
$
0050
Customized, multiple options exclusive awareness notebook come with 80 sheets of line paper and a message on the front cover that promotes your program. Notebook includes your full-color imprint.
350
EA
$
$
0051
20 oz. bottle with push pull cap and is made from HDPE (high-density polyethylene). Bottle is BPA free and FDA compliant. Made in the USA.
300
EA
$
$
0052
Customized, multiple options 1/2" wide, six colored rainbow, segmented silicone bracelet with your CUSTOM debossed message, six colored
500
EA
$
$
0053
Customized, Native American candle. The candle comes in a tin container with lid and 30 grams of white colored soy wax.
350
EA
$
$
0054
Customized Edu Slider, domestic violence occurs among all races, ethnicities and socioeconomic classes, but native women and women of color are disproportionately affected.
250
EA
$
$
0055
Customized, exclusively designed game wheel as an interactive way to teach about and promote bystander intervention as it relates to sexual assault prevention and harassment. Multiple wheeled options for different scenarios
2
EA
$
$
0056
Exclusive wallet-sized fold out checklist has information to help someone prepare themselves and their children to leave an abusive partner. Customizable
500
EA
$
$
0057
Wallet card is small enough to fit into your pocket, purse, or wallet. Card explains the steps you can take when dealing with sexual, customizable, multiple options
300
EA
$
$
0058
22 oz. squeezable plastic water bottle features custom program messaging and an area for your full-color imprint. Bottle features: high-quality neoprene insulating sleeve, sewn-in bottom for snug fit, push pull cap, bottle is BPA free
300
EA
$
$
0059
Laminated banners that expand to nearly seven feet tall, then retracts for easy carrying and storage. Features a customizable full-color imprint and includes a soft carry case. Domestic Violence
10
EA
$
$
0060
Laminated banners that expand to nearly seven feet tall, then retracts for easy carrying and storage. Features a customizable full-color imprint and includes a soft carry case. Domestic Violence
6
EA
$
$
0061
Exclusive Ribbon pin is to promote your program, multiple options with custom options
750
EA
$
$
0062
This 30-mil magnet is designed for indoor use.
1,000
EA
$
$
0063
6, pocket-sized, grommeted info cards, printed front and back, with information on how to  respect and respond to "NO''s" when engaged in an intimate and/or sexual activity. Multiple topics, custom
250
EA
$
$
0064
Awareness stress ball with color customizable imprint. Must have various colors and shapes Skunk stress reliever
500
EA
$
$
0065
Customizable awareness tote, full-color imprint, and message on this large 13.5 x 16 poly-knit tote bag. Must be able to customize the printing template.
500
EA
$
$
0066
12-slot prize wheel with detachable extension legs to convert to tabletop game.
1
EA
$
$
0067
Elastic bracelet comes in two sizes- 7" (standard) and 8" (large). Choose your size and template. Customizable
600
EA
$
$
0068
Customizable. laminated white plastic bag tag displays Sexual Assault information. Bag tag is 2" in diameter and comes with metal clip to attach tag to a backpack, messenger bag, purse, or briefcase. Back side features a QR code
250
EA
$
$
0069
This unique stress ball is packed with gel-filled beads that give a massage-like sensation when squeezed.
250
EA
$
$
0070
Black stress ball features a raised ribbon in purple and teal.
500
EA
$
$
0071
5"x7" classic spiral bound notebook features 80 sheets of lined white paper and includes your 1-color imprint to front cover.
500
EA
$
$
0072
Kraft journal comes with 56 pages of lined kraft paper and red sewn binding. Choose one of our exclusive designs for the front cover. Includes your black, hot-stamped imprint on front cover.
250
EA
$
$
0073
Spiral bound 70 sheet lined notebook with translucent, frost-colored cover for a stylish finish. Features 2 exterior pockets for notes or receipts. Includes click-action ballpoint pen.
250
EA
$
$
0074
Spiral bound 70-page lined notebook with 2 mm thick solid metallic textured cover. Elastic pen strap, includes color coordinating pen with black ink and capacitive touch stylus. Teal
250
EA
$
$
0075
Spiral bound 70-page lined notebook with 2 mm thick solid metallic textured cover. Elastic pen strap, includes color coordinating pen with black ink and capacitive touch stylus. Purple
500
EA
$
$
0076
Customizable. 4" x 6" double-sided polyester flags come attached to a 10" black plastic staff and features a painted gold sear top. Â Flag is double-sided and shows the same art on each side. Edges of flag are hemmed for a professional look. Sexual Assault
300
EA
$
$
0077
Gum Squares-Domestic Violence
500
EA
$
$
0078
Event mints-butter mint. Domestic Violence and Sexual Assault
4,000
EA
$
$
0079
Our exclusive teal colored Pop Grip with a one-color imprint. Sticks flat to the back of your phone, tablet or case with its rinseable, repositionable gel. Once extended, the Pop Grip becomes a media stand for your device or a photo or texting grip
250
EA
$
$
0080
Customized Power bank with LED Light has a 1200 mAh battery for unparallel battery power. LED lights indicate battery status and comes with a built-in 3-1 cable so that every device is charged in a flash. Light settings range from high, low, and flash you'll be able to illuminate any crevice. Use the handy carabiner attachment to keep it where you need it. Includes your one-color imprint.
200
EA
$
$
0081
Customized our aromatherapy putty is a scented stress reliever you can stretch, squish, and squeeze. Grape/Orange
500
EA
$
$
0082
Our glitter putty is a dazzling stress reliever you can stretch, squish, and squeeze. Putty has no smell. Blue
250
EA
$
$
0083
Smooth, rock-shaped polyerethane stress reliever. Custom imprint
500
EA
$
$
0084
Pen-highlighter combines a ballpoint pen with a yellow felt-tip highlighter at the opposite end. Custom trim and labels
1,000
EA
$
$
0085
Customized, multiple options for colors and populations. Sexual assault prevention messaging to your workspace with the dye-sublimated mouse pad.
200
EA
$
$
0086
PVC wheel rotates to reveal the aspects of power and control as they relate to Domestic Violence. Back side features your custom imprint, along with signs to watch for that may indicate someone is being abused.
300
EA
$
$
0087
PVC wheel rotates to reveal the aspects of power and control as they relate to Domestic Violence. Back side features your custom imprint, along with signs to watch for that may indicate someone is being abused. Native American
300
EA
$
$
0088
This PVC Edu-Wheel rotates to reveal situations with varying degrees of consent. Use this as a discussion piece and answer, "Is It Consent?"
300
EA
$
$
0089
A terrific stress reliever for health and fitness, sport camps or other programs. Football shaped
200
EA
$
$
0090
A terrific stress reliever for health and fitness, sport camps or other programs. Basketball shaped
225
EA
$
$
0091
Stress foam football changes color instantly with the heat of your hand.
200
EA
$
$
0092
This mini, laminated graphic retractable banner comes with its own carrying case. 9.38" W, 17.75" H, 4.000" D
Domestic Violence, Sexual Assault
3
EA
$
$
0093
Laminated banner expands to nearly seven feet tall, then retracts for easy carrying and storage. This is a full-color, fully custom banner that can accommodate your design and content needs. Domestic Violence Includes a soft carry case
2
EA
$
$
0094
Laminated banner expands to nearly seven feet tall, then retracts for easy carrying and storage. This is a full-color, fully custom banner that can accommodate your design and content needs. Includes a soft carry case
1
EA
$
$
0095
Notepad with folding cover with 50, white, unprinted, 3" x 4" Post-it ® Notes.Â
500
EA
$
$
0096
One Retract-A-Banner (item 1595), One Convertible table throw (any of our 1480 throws), One Edu-Display-Sexual Violence
1
EA
$
$
0097
Laminated banner expands to nearly seven feet tall, then retracts for easy carrying and storage. Features a FREE full-color imprint and includes a soft carry case. Sexual Violence
1
EA
$
$
0098
Customizable Table throw; adjustable throw with Velcro tabs to accommodate six- or eight-foot table lengths. Fabric is dyed to custom color, with custom full-color imprint. Sexual Assault
1
EA
$
$
0099
This exclusive tabletop display offers 3 panel which covers the topics related to sexual assault prevention. 3 graphic panels with Velcro for attachment. Features Velcro receptive black fabric on both sides. Fabric hinges with frameless foam core. Lightweight and portable, includes zippered carrying case               Â
1
EA
$
$
0100
District Made 50/50 blend ring spun combed cotton/poly T-shirts designed specifically for your domestic violence awareness program! Add your program, base name, or one-color custom imprint to back of t-shirt at no additional charge! Shirts are unisex sizing. SM 100, MD 100, LG 100, XL 100, XXL 100
500
EA
$
$
0101
Gum Squares-Sexual Assault
1,000
EA
$
$
0102
EA
$
$
0103
EA
$
$
0104
EA
$
$


Grand Total


Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veteran Affair Medical Center, located at:
Salt Lake City VA Medical Center
500 Foothill Drive
SLC, UT 84148
Social Work Department Mail Code 122
ATTN: Julie Larsen IPVAP Coordinator
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturers (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.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. 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 or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

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. 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

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 volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Delivery, (III) Price

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II Delivery
The Government will evaluate delivery and select the quote/offer whose delivery time is most advantageous to the Government in terms of delivery. The Government may consider award to other than the lowest priced quote/offeror if it s in the best interest of the Government.
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

Volume III Price

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

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 other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Delivery
Factor 3. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Factor 2. Delivery: The Government will evaluate delivery and select the quote/offer whose delivery time is most advantageous to the Government in terms of delivery. The Government may consider award to other than the lowest priced quote/offeror if it s in the best interest of the Government.

Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in
Factor 1 shall not be selected regardless of price.

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. Offerors must be registered in SAM at time of offer submission.

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 (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference.

FAR 52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards. (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-23
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-25
Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note)
FAR 52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.219-6
Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644)
FAR 52.219-8
Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3))
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2))
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020) (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 (JUN 2020) (38 U.S.C. 4212)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
FAR 52.225-1
Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83)
FAR 52.225-3
Buy American-Free Trade Agreement-Israeli Trade Act (Dec 2022)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (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 (Oct 2018) (31 U.S.C. 3332)
FAR 52.232-39
Unenforceability of Unauthorized Obligations
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3
Protest after Award
FAR 52.233-4
Applicable Law for Breach of Contract Claim
Additional contract requirements or terms and conditions:
FAR 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree.

852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.219-74, VA Notice of Total Set-Aside for Verified Veteran-Owned Small Businesses (Nov 2022)
(a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB :
(1) Means a small business concern -
(i) Not less than 51 percent of which is owned by one or more 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 Veteran(s);
(ii) The management and daily business operations of which are controlled by one or more Veteran(s);
(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 part 74 and is listed in VA's Vendor Information Pages (VIP) database at:Â https://www.vetbiz.va.gov/vip/;Â and
(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any requirement therein that applies to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to also apply to a VA verified and VIP-listed VOSB, unless otherwise stated in this clause.
(vi) The term VOSB includes VIP-listed service-disabled veteran-owned small businesses (SDVOSB).
(2) Veteran  is defined in 38 U.S.C. 101(2).
(3) The term small business concern  has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).
(4) The term small business concern owned and controlled by Veterans  has the meaning given that term under section 3(q)(3) of the Small Business Act (15 U.S.C. 632(q)(3)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause).
(b)Â General.
(1) Offers are solicited only from VIP-listed VOSBs, including VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed at the time of offer shall not be considered.
(2) Any award resulting from this solicitation shall be made only to a VIP-listed VOSB who is eligible at the time of submission of offer(s) and at time of award.
(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as a VOSB, including set-asides, sole source awards, and evaluation preferences.
(c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed VOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible VOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70.
(d) Agreement. When awarded a contract action, including orders under multiple-award contracts, a VOSB agrees that in the performance of the contract, the VOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR parts 121 and 125, including the non-manufacturer rule and limitations on-subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, any requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed VOSB. For the purpose of the limitations on subcontracting, only VIP-listed VOSB, (including independent contractors) is considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 and/or 852.219-76 as applicable). These requirements are summarized as follows:
(1) Services. In the case of a contract for services (except construction), the VOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed VOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.
(2)Â Supplies/products.
(i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the VOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed VOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract.
(ii) In the case of a contract for supplies from a non-manufacturer, the VOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CFR 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements.
(3) General construction. In the case of a contract for general construction, the VOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed VOSBs.
(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed VOSBs.
(5) Subcontracting. A VOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed VOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6.
(e) Required limitations on subcontracting compliance measurement period. A VOSB shall comply with the limitations on subcontracting as follows:
__By the end of the base term of the contract or order, and then by the end of each subsequent option period; or
X By the end of the performance period for each order issued under the contract.
(f) Joint ventures. A joint venture may be considered eligible as a VOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to also apply to a VIP-listed VOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.10, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs and the VA Veterans First Contracting Program.
(h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's VOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2, Causes for Debarment).

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6
Brand Name or Equal (AUG 1999)
FAR 52.214-21
Descriptive Literature (APR 2002)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
The following VAAR provisions are to be incorporated by reference:

None

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)
VAAR 852.212-72
Gray Market and Counterfeit Items (MAR 2020) (DEVIATION)
VAAR 852.219-74
Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to rebecca.moran@va.gov by 3:00pm MST, May 17, 2023.
Name and email of the individual to contact for information regarding the solicitation:
Rebecca Moran
Rebecca.moran@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 23, 2023 07:48 am MDTCombined Synopsis/Solicitation (Original)

Related Document

May 30, 2023[Combined Synopsis/Solicitation (Updated)] 7690--660 Customized Public Service Announcements
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow FA820324Q0003 Helical Spring, NSN: 5360016912952 Active Contract Opportunity Notice ID FA820324Q0003 Related

DEPT OF DEFENSE

Bid Due: 4/26/2024

Follow MIDS JTRS system is looking for some upgrades for the future capabilities

DEPT OF DEFENSE

Bid Due: 5/10/2024

Follow USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA)

Federal Agency

Bid Due: 11/06/2024

Follow Snap-On Prolink Active Contract Opportunity Notice ID W911Y24R0012 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.