Tennessee Bids > Bid Detail

5840--Radar Signs FY23-Combined Synopsis/Solicitation

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159371427955469
Posted Date: Jan 12, 2023
Due Date: Jan 19, 2023
Solicitation No: 36C24923Q0084
Source: https://sam.gov/opp/995bc95699...
Follow
5840--Radar Signs FY23-Combined Synopsis/Solicitation
Active
Contract Opportunity
Notice ID
36C24923Q0084
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 12, 2023 11:41 am CST
  • Original Published Date: Jan 09, 2023 06:55 pm CST
  • Updated Date Offers Due: Jan 19, 2023 10:00 am CST
  • Original Date Offers Due: Jan 18, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 20, 2023
  • Original Inactive Date: Mar 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 339950 - Sign Manufacturing
  • Place of Performance:
    JAMES H. QUILLEN (MTN HOME) VA MEDICAL CENTER Building 205 Warehouse , TN 37684
    USA
Description
36C24923Q0084 Combined Synopsis-Solicitation for Commercial Items
Effective Date: 02/01/2022
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 with an effective date of 30 December 2022.

This solicitation is set-aside for 100% for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339950, with a small business size standard of 500 employees.

The FSC/PSC is 5840.

The Veterans Health Administration (VHA) Network Contracting Office (NCO) 9 has a brand name or equal requirement for the following commercial items for the James H. Quillen VA Medical Center located at Corner of Lamont Street and Veterans Way, Mountain Home, TN 37684, is seeking to purchase Solar LED Radar Speed Signs.

All interested companies shall provide quotations for the following:

Line Item
Description
QTY
Unit
Unit Price
Total Price
0001
TC-600SBOX Full Matrix 50 watt solar powered 15 MPH radar signs with LED displays (including mounting brackets for each).
6
EA
0002
RS019 standard faceplates (includes hardware kit for each)
6
EA
0003
AA063 universal pivot pole mount bracket sets (includes tilt feature)
6
EA
0004
SL00xx ) regulatory speed limit signs
6
EA
0005
AR005 sign extender brackets for regulatory speed limit signs
6
EA
0006
AC027 large pole clamp sets (solar panel brackets)
18
EA
0007
RH003 7 12' Aluminum Pole (4.5" OD) with square breakaway base & pole cap
6
EA
0008
CF001 concrete form for round aluminum poles with PELCO base that includes sono-tube guide for cement base with 4 pre-mounted anchor bolts & piece of rebar
6
EA
0009
AA073 heavy duty lock for universal pivot bracket
6
EA
0010
SS002 Street-Smart Data Collection Lifetime license (per each sign) to include charts, graphs, and tables that provide weekly, daily, and hourly. (NO recurring fees)
6
EA
0011
AA041 50-watt solar panel, standard (includes mounting brackets)
6
EA
0012
RW002 two-year warranty for products and turnaround time to repair after receipt (includes parts & labor)
6
EA
0013
SH600SB Ground Shipping
1
EA

Salient Characteristics for Solar LED Radar Speed Signs
1) Essential/significant physical, functional, or performance characteristics.
The MTN Home, Police Service, Department of Veterans Affairs is requesting solar powered radar signs with backup batteries in addition to required mounting items for existing poles.
Salient Characteristics
Must include (6) Full Matrix 50 watt solar powered 15 MPH radar signs with LED displays (including mounting brackets for each).
Must include solar powered life span of an estimated 100,000-hour to recharge batteries.
Must include back-up batteries.
Must include Wi-Fi Enabled with communication range up to 300 feet (no internet required) for programable radar sign system.
Must include software update capabilities.
Must include K Band Radar type that is FCC part 15 compliant.
Must include a sensor range that detects vehicles up to 300 feet.
Must include (6) standard faceplates (includes hardware kit for each).
Must include (6) universal pivot pole mount bracket sets (includes tilt feature).
Must include (6) regulatory speed limit signs.
Must include (6) sign extender brackets for regulatory speed limit signs.
Must include (18) large pole clamp sets (solar panel brackets).
Must include (6) 7 12' Aluminum Pole (4.5" OD) with square breakaway base & pole cap.
Must include (6) concrete form for round aluminum poles with PELCO base that includes sono-tube guide for cement base with 4 pre-mounted anchor bolts & piece of rebar.
Must include heavy duty lock for universal pivot bracket.
Must include Street-Smart Data Collection Lifetime license (per each sign) to include charts, graphs, and tables that provide weekly, daily, and hourly. (NO recurring fees).
Must include 50-watt solar panel, standard (includes mounting brackets).
Must include two-year warranty for products and turnaround time to repair after receipt (includes parts & labor).
Must include ground shipping.
END OF SALIENT CHARACTERISTICS

The desired ultimate completion date for this project is 03/30/2023, assuming the contract is awarded no later than 01/30/2023. If you cannot meet this time frame, please propose an alter date/lead time on the quote.

Quote shall specify a specific delivery date or number of days after receipt of order (ARO).
Place of Delivery
James H. Quillen VA Medical Center
Building 205 Warehouse
Corner of Lamont Street and Veterans Way
Mountain Home, TN 37684
Country:
UNITED STATES

The following Commercial Items clauses apply to this acquisition:

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/
FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
Jun 2020
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
Oct 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Aug 2020
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
Nov 2021
52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Nov 2021
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
May 2022
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES
Jan 2022
52.222-26
EQUAL OPPORTUNITY
Sep 2016
52.222-35
EQUAL OPPORTUNITY FOR VETERANS
Jun 2020
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
Jun 2020
52.222-50
COMBATING TRAFFICKING IN PERSONS
Nov 2021
52.223-18
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
Jun 2020
52.225-1
BUY AMERICAN-SUPPLIES
Nov 2021
52.225-2
BUY AMERICAN CERTIFICATE
Feb 2021
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
Feb 2021
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
Nov 2021
852.203-70
COMMERCIAL ADVERTISING
May 2018
852.211-70
EQUIPMENT OPERATION AND MAINTENANCE MANUALS
Nov 2018
852.212-70
PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISTION OF COMMERCIAL ITEMS
APR 2020
852.219-10
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION)
Nov 2020
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
Nov 2018
852.246-71
REJECTED GOODS
Oct 2018

The Contractor shall comply with the FAR clauses in FAR 52.212-5(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28, Post Award Small Business Program Representation (SEP 2021)
52.219-33, Nonmanufacturer Rule (SEP 2021)
52.222-3, Convict Labor (JUN 2003)
52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022)
52.225-1, Buy American--Supplies (OCT 2022)
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022)
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)
52.242-5, Payments to Small Business Subcontractors (JAN 2017)

The following provisions apply to this solicitation:
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/

FAR
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
Aug 2020
52.211-6
BRAND NAME OR EQUAL
Aug 1999
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Nov 2021
52.212-2
EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Nov 2021
52.212-3
OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERICIAL ITEMS
Dec 2022
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.

Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS

The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation:

Instructions for the Preparation of Quotes

Offeror shall provide the following documentation for the quote to be considered:

A completed Price Schedule (to include pricing for all Line Items), located on pages 2 and 3 of this document.
An Authorized Distributor Letter from OEM, which shows evidence of being an authorized OEM Distributor or Reseller for the quoted products.
Delivery Date of quoted products.
A letter from the OEM, confirming the quoted items are in stock and the delivery date included in the Offeror s quote is accurate.
For quoted equal items, descriptive detail and product literature that fully demonstrates product equality.
Evidence of being a Vendor Information Pages (VIP) verified Service-Disabled Veteran-Owned Small Business (Veteran Small Business Certification (sba.gov)).

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

In accordance with FAR 13.16-2(b)(3), the Government will evaluate quotes based on the comparative evaluation process, by comparing one quote with another in a uniform and fair manner to determine which quote provides the best value to the Government.

Salient Characteristics are located within the Schedule on pages 2 and 3 of this document. The salient characteristics associated with each/every item listed herein will be used as go/no-go criteria to determine technical acceptability of the equipment. Vendors offering items considered equal, shall include descriptive detail and product literature that fully demonstrates product equality. The government will evaluate only that information that is provided with the quotes; any vendor that fails to provide sufficient technical detail regarding products considered equal runs the risk of having the quote rejected. See FAR Clause 52.211-6 Brand Name or Equal for further details.

The following are the decision factors:

The following factors shall be used to evaluate offers: Past Performance, Date of Delivery, and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows:
Past Performance. The past performance evaluation will be based on the Contracting Officer s knowledge of and previous experience with the supply being acquired and a review of the Contractor Performance Assessment Reporting (CPARS) and/or other available information.
Date of Delivery. An evaluation will assess quotes depicting a firm delivery date that is most advantageous to the Government.
Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination)
(End of Provision)

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 10:00AM CT, on January 19, 2023, via email to Lara.Hampton@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail not later than 10:00AM CT on January 17, 2023, via the same email address. Questions received later than this time/date may not receive a response.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Lara Hampton
Contract Specialist
Network Contracting Office 9
Lara.Hampton@va.gov
~END OF SOLICITATION~
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >