8470--Equipment for VA Police

expired opportunity(Expired)
From: Federal Government(Federal)
36C24823Q1515

Basic Details

started - 07 Jul, 2023 (9 months ago)

Start Date

07 Jul, 2023 (9 months ago)
due - 17 Jul, 2023 (9 months ago)

Due Date

17 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
36C24823Q1515

Identifier

36C24823Q1515
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103381)VETERANS AFFAIRS, DEPARTMENT OF (103381)248-NETWORK CONTRACT OFFICE 8 (36C248) (4781)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. The Department of Veterans Affairs, Bruce W. Carter (Miami) VA Medical Center, Miami, FL 33125 has a requirement to procure forty (40) Tactical Carriers with Molle and twenty (20) Paladin Level II Premium Concealable Body Armor. RFQ # 36C24823Q1515. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective 06/02/2023 The combined synopsis solicitation is 100% set-aside for Small Businesses (SB). Note: Interested SB offerors must be
registered in SAM.gov to be considered for Award. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The FSC/PSC is 8470. The Network Contracting Office (NCO 8), Commodities Team WPB/MIA is seeking to purchase forty (40) Tactical Carriers with Molle and twenty (20) Paladin Level II Premium Concealable Body Armor. The following line items and quantities shall be provided by the prospected vendor. All sizes represented in the description are estimates. Miami VAMC Point of Contact (POC) will confirm sizes with vendor: All interested SB offerors shall provide quotations that meet or exceed the salient characteristics for the following: Price/Cost Schedule: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Salem Front Open Tactical Carrier with MOLLE (Color: Midnight Navy) 40 EA 0002 Add Cover over Zipper 40 EA 0003 Name Tape in White Thread (A. Name) 40 EA 0004 Police on Back Flap in White Thread 40 EA 0005 Velcro outline of Badge on Left chest 40 EA 0006 Paladin - Level II - Premium Concealable Body Armor (Color: Black) 20 EA Salient Characteristics Body Armor Should be tailored to individual officer, not one size fits all Meet the National Bureau of Standards requirements for Class II Bullet Resistive Vests:                 Type II armor that is new and unworn shall be tested with 9 mm FMJ RN bullets with a specified mass of 8.0 g (124 gr) and a velocity of 398 m/s ± 9.1 m/s (1305 ft/s ± 30 ft/s) and with .357 Magnum Jacketed Soft Point (JSP) bullets with a specified mass of 10.2 g (158 gr) and a velocity of 436 m/s ± 9.1 m/s (1430 ft/s ± 30 ft/s). Type II armor that has been conditioned shall be tested with 9 mm FMJ RN bullets with a specified mass of 8.0 g (124 gr) and a velocity of 379 m/s ±9.1 m/s (1245 ft/s ± 30 ft/s) and with .357 Magnum JSP bullets with a specified mass of 10.2 g (158 gr) and a velocity of 408 m/s ±9.1 m/s (1340 ft/s ± 30 ft/s). Have a minimum of front, rear, and side panels Comfortability One of these key aspects will be the vest s MOLLE adaptability Lightweight with due consideration with Miami weather (heat/fast drying) Though this should be the first consideration, the vest should also present a Class A formal look for aesthetic purposes Stab resistance paneling capability Level II or III Statement of Work General Scope The Veterans Health Administration (VHA) has a requirement for police gear at the Miami VAMC. The Miami VA Police Department, located at 1201 NW 16th St, FL 33125, is onboarding new Police Officers in need of initial issue duty gear and ballistic vest/body armor. This requirement includes police gear, in-person fitting services, in-person pick-up of police gear, and any secondary alterations if necessary. Award will be made to the prospected vendor meeting the following criteria: Provide Miami VA Police with police gear, ballistic vest/body armor, and associated fees for services. (Items and services listed in Price /Cost Schedule) The company shall be within 50 miles of the Miami VAMC, so Police Officers can travel to the vendor to get properly fitted for the police gear, ballistic vest/body armor, and return for alterations if necessary. Ballistic vests/body armor are required to be compliant with NIJ Standard 0101.06. Employees will be able to return to local vendor for alterations and adjustments. Proper fit is crucial for efficiency/safety of the wear of the ballistic vest/body armor. The Government incurs no freight/shipping or alteration charges. All alterations of purchased police gear or ballistic vests/body armor will be replaced by the local vendor (associated fees for alterations shall be accounted for in vendors quote) if needed. Alterations will be completed within four days upon notification from the Police Officer/Police Service. The vendor shall have the availability of all required duty gear to be issued for same day in-person pick up, except for the lead time of the measurement/and manufacture of the ballistic vest/body armor. Ballistic vests/body armor shall be provided within 4 weeks from measurements. 2.0 Performance Requirements The contractor shall provide and be responsible for the technical assistance, development, and generation for final specifications. Police Officer equipment will be required in two days of contract award date. Multiple groups of Police Officers will be attending fitting and in-person pickup. Pick-up times and dates shall be coordinated around Police Officer s schedules: Duty hours will be 8:00 am 4:30 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. Contractor shall: Coordinate and provide all products and services to manage and order from the manufacturer until final acceptance by Miami VAMC POC. Only provide products specified in Price/Cost Schedule. Provide maintenance manuals for all products specified by the Miami VAMC POC. Security Requirements: No VA Sensitive information or connection to the Miami VAMC network will be required for execution of this contract. Place of Performance: Walk-in pickup/walk-in measurement fitting is to be performed at vendors location with-in 50-mile radius from Miami VAMC. Delivery Schedule: Police Service will provide notification 1-2 days in advance of measurement/pickup. Contractor Conduct: The contractor and the contractor s representatives are to conduct themselves in a professional manner. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller and be 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. Commercial products shall comply with FAR Subpart 25.1 Buy American-Supplies. 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 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Provision) 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 Dec 2022 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS Mar 2023 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE Oct 2022 52.219-33 NONMANUFACTURER RULE Sep 2021 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Dec 2022 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION May 2022 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-1 BUY AMERICAN-SUPPLIES Oct 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 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Mar 2023 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS Feb 2023 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Feb 2023 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (DEVIATION) Jan 2023 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020); (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) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) Instruction to Offerors All quoters shall submit your Quotes no later than July 19, 2023, at 2:00PM (EST), via email to john.quijadajr@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 no later than July 14, 2023, at 10:00AM (EST), via the same email address. Questions received later than this time/date may not receive a response. Award will be based upon a comparative evaluation of quotes meeting the Salient Characteristics and Statement of Work 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. The following are the decision factors: Technically Acceptable Past Performance Price 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 John Quijada Jr Contract Specialist Network Contracting Office 8 john.quijadajr@va.gov

8875 HIDDEN RIVER PARKWAY  TAMPA , FL 33637  USALocation

Place Of Performance : To be determined (TBD)

Country : United States

You may also like

Law Enforcement Equipment

Due: 07 Nov, 2026 (in about 2 years)Agency: State of Minnesota

Equipment for Police Vehicles, B24019

Due: 01 Nov, 2024 (in 6 months)Agency: Prologic ITS

LAW ENFORCEMENT EQUIPMENT AND SUPPLIES

Due: 19 May, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 8470Armor, Personal