7320--Kitchen Equipment General Foodservice HC Freezer (VA-23-00086008)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Vermont
Type of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Posted: Aug 9, 2023
Due: Aug 16, 2023
Solicitation No: 36C24123Q0837
Publication URL: To access bid details, please log in.
Follow
7320--Kitchen Equipment General Foodservice HC Freezer (VA-23-00086008)
Active
Contract Opportunity
Notice ID
36C24123Q0837
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 09, 2023 10:57 am EDT
  • Original Published Date: Jul 13, 2023 10:03 am EDT
  • Updated Date Offers Due: Aug 16, 2023 05:00 pm EDT
  • Original Date Offers Due: Jul 21, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 31, 2023
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Updated Set Aside:
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 333241 - Food Product Machinery Manufacturing
  • Place of Performance:
    WRJ VAMC WRJ , VT 05009
    USA
Description

Combined Synopsis/Solicitation Notice

Page 3 of 17

Page 1 of 17
Page 17 of 17
Description
This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as RFQ 36C24123Q0837. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03.
This solicitation is for all capable parties.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333241 Food Product Machinery Manufacturing, with a small business size standard of 500 employees. The FSC/PSC is 7320 Kitchen Equipment and Appliances.
The WRJ VAMC 163 Veterans Dr WRJ, VT 05009 is seeking the delivery and set up of multiple pieces of kitchen equipment outlined below.
All interested companies shall provide quotations for the following (detailed item description on the SOW):




Statement of Work
Objective
The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded Contractor in relation to the procurement of Kitchen Equipment for Nutrition and Food Services. This document highlights the technical specifications and services being requested by the White River Junction (WRJ) VAMC for consideration towards the purchase Kitchen Equipment. Vendors under this proposal shall provide all equipment, accessories, applicable training, and manuals.
Project Management / Equipment Implementation
Product delivery will be the responsibility of the Vendors working with the White River Junction VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery, of procurement.
Background/Justification
The Kitchen equipment that is being purchased is due to end of lifecycle replacement needs. Ensure staff safety, reduce product waste, and gain peace of mind knowing that operations are complying. Proper temperature conditions are continuously maintained for all food served in the WRJ VAMC Nutrition and Food Services kitchen.
The facility s primary goals are to maintain high quality equipment, standardize and improve safety, more effective and efficient use of staff and overall improvement in patient care. By procuring this equipment, maintenance costs will be reduced, overall quality of the food served will improve, increase production efficiency, and fuel-efficiency.
Equipment Specifications
Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements including vendor supported operating systems. See attachment with quotes for specific equipment and quotes.
System Equipment
a. Installation and initial Set-up [If applicable]
b. Software set up [If applicable]
c. Other
i. (2) User Manuals
ii. (2) Service Manuals

Training Provided / Training Materials
1. Vendor will be required to provide user manuals for the Kitchen equipment.
2. Vendor will be required to provide service manuals for the Kitchen equipment.
3. Vendor will be required to provide an on-station in-service on the proper use and setup of the Kitchen equipment [If applicable].
4. Vendor will be required to provide the cleaning methods/guidelines for the equipment and other accessories.
Installation
1. Contractor s Responsibilities:
a. Based on approved deployment work schedule, the Contractor shall provide all labor necessary to install, deploy and configure the requirements of WRJ VAMC
b. Contractor shall receive and place equipment in the pre-arranged designated areas at the WRJ VAMC
c. The Contractor shall unpack and install all equipment in the designated area and dispose of all trash. Disposing of the trash is the responsibility of the Contractor.
d. Contractor shall perform all installation and configuration necessary to complete the work, plus perform technical service checks to ensure product is fully operational in accordance with manufacture operating standards
e. Vendor will coordinate all site visits with the FMS & NFS staff at least 24 hours in advance.
f. The vendor will provide at-least a 1-year manufacturer warranty on the device from the date of installation.
2. Medical Center s Responsibilities:
a. Providing access to NFS Kitchen, hallways, and equipment rooms during normal business hours for implementation of the general system installation requirements.
b. Providing a single point of contact to work with in planning and implementing the services described.
3. On-site assembly and installation of items and performance of services identified in this document will take place during hours defined as: 0730 to 1500 (i.e.: 7:30 am to 3:00 pm ET), Saturday or Sunday, excluding Federal Holidays
4. The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document.
5. The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with the WRJ VAMC staff.
6. The WRJ VA will provide a staging area for the equipment to be staged before deployed
Delivery Location
Contractor shall deliver all equipment to the:
White River Junction VA Medical Center
163 Veterans Dr.
White River Junction, VT 05009
ATTN: Dawna Bennett
Records Management
The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract:
2. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
3. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
4. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
5. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
6. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
7. The Government Agency owns the rights to all data/records produced as part of this contract.
8. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
9. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
10. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
11. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Items
1. 2 True Mfg. - General Foodservice Model No. T-23F-HC Freezer, reach-in, one-section, -10 F, (1) solid door, (3) PVC coated adjustable wire shelves, interior lighting, stainless steel door, stainless steel front, aluminum sides, clear coated aluminum interior with stainless steel floor, 4" castors, R290 Hydrocarbon refrigerant, 1/2 HP, 115v/60/1-ph, 3.7 amps, NEMA 5-15P, cULus, UL EPH Classified, Made in USA, ENERGY STARr
a. 2 ea NOTE: Commonly stocked model in right & left hinge; verify availability with factory
b. 2 ea Self-contained refrigeration standard
c. 2 ea Warranty - 7 year compressor (self-contained only), please visit www.Truemfg.com for specifics
d. 2 ea Warranty - 5 year parts & labor, please visit www.Truemfg.com for specifics
e. 2 ea Door hinged right standard
f. 2 ea 4" stem castors, standard (adds 5" to OA height).
2. 1 FWE / Food Warming Equipment Co., Inc. Model No. ASU-10 Air Curtain Refrigerator, mobile, bottom mount self contained refrigeration, (20) 14" x 18" or (10) 18" x 26" tray capacity, 4-1/2" OC, removable tray slides, adjustable thermostat, maintains temperature for up to 4 hours with door open, digital display, (1) solid hinged door, full perimeter bumper, stainless steel construction, 6" casters (2) rigid & (2) swivel with brakes, 1/2 HP, NSF, cULus, UL EPH Classified
a. 1 ea Two year limited parts & one year labor warranty, standard
b. 1 ea 120v/60/1-ph, 6.5 amps, 780 watts, cord with NEMA 5-15P, standard (US)
c. 1 ea Electronic Control
d. 1 ea Standard door(s).
3. 1 Traulsen Model No. G3000- Dealer's Choice Refrigerator, Reach-in, three-section, 69.1 cu. ft., top mounted self-contained refrigeration, (6) half-height solid doors (hinging to be determined), (3) epoxy coated shelves per section (factory installed), microprocessor control with LED display, LED interior lights, stainless steel front, anodized aluminum sides & interior, 6" high casters, non-flammable R-450A refrigerant, 1/2 HP, cETLus, NSF
a. 1 ea 3 year parts & labor and 5 year compressor warranty, standard
b. 1 ea 115V/60/1-ph, 8.4 amps, NEMA 5-15P, standard.
4. 1 Hobart Model No. 84145-1 Food Cutter with #12 attachment hub, 14" diameter stainless steel bowl 22 RPM, double stainless steel knives 1725 RPM, bowl cover with safety interlock, push/pull on/off switch, one-piece burnished aluminum housing, 3" legs, 115v/60/1-ph, 1/2 HP
a. 1 ea Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA.
5. 1 Panasonic Model No. NE-17521 PRO1 Commercial Microwave Oven, heavy volume, 1700 Watts, 0.6 cu. ft. capacity, compact, (15) power levels, 5-stage cooking, 30 program memory capacity, self-diagnostics, oven cycle counter, LCD digital display with countdown, see-thru left hinged door, programmable lock, stackable, LED interior light, cULus, NSF
a. 1 ea 1 year parts & labor warranty and 3 year magnetron warranty (labor for magnetron replacement is not covered in years 2 and 3)
b. 1 ea 208v/60/1-ph, 13.6 amps, NEMA 6-15P.
6. 3 Dinex Model No. DXPICT10 TQ Economy Tray Delivery Cart, (1) door, 1-compartment, 37-1/8"H, enclosed, (10) tray capacity, designed to hold multiple tray sizes (14" x 18", 15" x 20", & Dinex room service trays), fixed tray slides with 5-1/4" spacing, two trays per slide, optional push handle, fixed panels, magnetic door catch, drop latch, (4) 5" plate-type casters, 2 swivel with brakes, 2 fixed without brakes, stainless steel construction, CSA, Made In USA (ICT/10)
a. 3 ea 1 year parts & labor warranty
b. 3 ea NOTE: Dinex equipment is made to order and subject to lead times, contact factory for more details.
7. 1 Aladdin Temp-Rite Model No. 10372 Premium Tray Delivery Cart, 14 Tray Capacity, End 1 6,098.00 6,098.00 Load, Double Door, Six 6" Balloon Casters, 4 1/2" spacing, Floor Drains, Full Perimeter Bumper.
8. 1 Alto-Shaam Model No. CV4 Combi-Vector Pre-Stacked Configuration, (CTP6-10E or CTP6-10G or CTP7-20E or CTP7-20G) Combi Oven stacked on (VMC-F4E) Multi-Cook Oven, electric, includes stacking kit (Configure for pricing)
a. 1 ea CTP7-20E Combithermr CT PROformanceT Combi Oven/Steamer, electric, boiler-free, countertop, capacity (8) 18" x 26" full size sheet or (16) 12" x 20" full size hotel pan (1/1 GN), PROtouch control with steam/convection/combi/retherm modes, removable single-point temperature probe, (2) power levels, (4) cooking modes, programmable cool-down, SafeVentT steam venting, CombiCleanPLUST with (5) cleaning levels, CoolTouch3T glass window, door hinged right, high efficiency LED lighting, (2) side racks with (8) nontilt support rails, stainless steel construction, adjustable stainless steel legs, EcoSmartr, cULus, UL EPH Classified, CE, IPX5, ENERGY STARr, EAC, city-wide COA for New York City (Model CTP 7-20EVH)
b. 1 ea NOTE: Subject to Manufacturer's Terms & Conditions. See Documents Section
c. 1 ea It is the sole responsibility of the owner/operator/purchaser of this equipment to verify that the incoming water supply is comprehensively tested and, if required, provide a means of water treatment that would meet the compliance requirements with the manufacturers water quality standards published on the product spec sheet. Non-compliance with these minimum standards will potentially damage this equipment and/or components and VOID the original equipment manufacturers warranty
d. 1 ea ECOpower
e. 1 ea 208-240v/50/60/3-ph, 45.7-52.7 amps, 16.5-21.9kW, 4-3 AWG, NO cord or plug
f. 1 ea Removable single-point temperature probe, standard
g. 1 ea NOTE: Security options not available on recessed door models
h. 1 ea NOTE: Subject to Manufacturer's Terms & Conditions. See Documents Section
i. 1 ea One year parts and labor warranty, standard
j. 1 ea Simple controls, standard
k. 1 ea 208-240v/60/3-ph, 14.8-19.2 kW, 41-46 amps, No cord & plug
9. 1 Installation Kit, for electric combi ovens, Copper, rated up to 80.0 amps, per oven ((NET) NO FURTHER DISCOUNTS APPLY).
10. 1 VMC-F4E Vectorr F Series Multi-Cook Oven, electric, (4) individually controlled cooking chambers, holds (8) half-size sheet pans (4) full sized sheet pans, programmable touch screen controls with Structured Air Technologyr, double pane glass door, interior LED cavity lighting, includes: (1) wire rack & (2) jet plates per cooking chamber, USB port, stainless steel construction, 4" adjustable legs, cULus, UL EPH Classified.
11. 1 ea 5031719 Stacking Hardware, Combi 7-20 over Vector F Electric Series.
Line Items
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
001
Reach-in Freezer T 23F HC
02
EA
0.00
0.00
002
Air Curtain Refrigerator ASU 10
01
EA
0.00
0.00
003
Reach-in Refrigerator G3000
01
EA
0.00
0.00
004
Electric Food Cutter 84145 1
01
EA
0.00
0.00
005
Microwave Oven NE 17521
01
EA
0.00
0.00
006
Meal Tray Delivery Cart DXPICT10
03
EA
0.00
0.00
007
Tray Delivery Cart 10372
01
EA
0.00
0.00
008
Combi Oven/Steamer CTP7 20E
01
EA
0.00
0.00
009
Installation Kit, for electric combi ovens 5026974
01
EA
0.00
0.00
010
F Series Multi Cook Oven, electric VMC F4E Vector
01
EA
0.00
0.00
011
Stacking Hardware 5031719
01
EA
0.00
0.00
012
Delivery and Installation
01
JB
0.00
0.00

Total

0.00

Evaluation Process
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Price (Follow these instructions):
a. Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line item prices inserted in appropriate spaces. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable.
b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
2. Past Performance:
a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
3. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.
a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work.
b. Contractor shall provide a list of all services included in the price.
c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable.
d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.
e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013),
852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020)
852.203-70 Commercial Advertising
852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic Submissions of Payment Requests
852.233-70 Protest Content/Alternative Dispute Resolution
852.233-71 Alternate Protest Procedure
852.270-1 Representatives of Contracting Officers
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
As prescribed in 819.7203(a) insert the following clause:
(a) This solicitation includes 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. 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)
852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
As prescribed in 819.7009(c) insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: ______________________________________________________________________________
(End of clause)
852.242-71 Administrative Contracting Officer.
As prescribed in 842.271, insert the following clause:
ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause)
(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Central Western Massachusetts VAMC Hampshire County WD 2015-4095 (Rev-21), 52.222-42, 52.222-43, 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ questions are due NLT 08/14/2023 at 17:00 PM EST. RFQ responses are due NLT 08/16/2023 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24123Q0837 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)




1. Name of Contracting Activity, Government Agency, Commerical Firm or other Organization:

2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jun 29, 2023[Sources Sought (Original)] 7320--CT2 KITCHEN 405-23-3-4701-0125: Kitchen Equipment General Foodservice HC Freezer (VA-23-00086008) - Ready
Jul 13, 2023[Combined Synopsis/Solicitation (Original)] 7320--CT2 KITCHEN 405-23-3-4701-0125: Kitchen Equipment General Foodservice HC Freezer (VA-23-00086008) - Ready
Jul 26, 2023[Combined Synopsis/Solicitation (Updated)] 7320--Kitchen Equipment General Foodservice HC Freezer (VA-23-00086008)
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
* 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.