Description
This is a combined synopsis/solicitation for commercial products and commercial 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 Commercial 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-06.
This solicitation is set-aside for Small Business.
The associated North American Industrial Classification System (NAICS) code for this procurement is 332323, with a small business size standard of 500 Employees.
The FSC/PSC is 5670.
The New York Harbor VA Healthcare System s Brooklyn VA Medical Center at 800 Poly Place
Brooklyn, New York 11209 is seeking to purchase a Handrail/Guardrail system to include but not limited to the following Brand Name or Equal materials:
All interested companies shall provide quotations for the following:
Supplies/Services
Brooklyn VAMC: 12th Floor West
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Vinyl Handrail/Crashrail Combination, 6-1/4'' high with color reveal insert, 1-1/2'' diameter grip, 12' Lengths. SKU# PCBR400V
20
EA
0002
Left / Right Returns For PCBR400V Handrail. SKU# PCBR425V
80
EA
0003
Vinyl Mounting Bracket For BR-400 Series Handrails. SKU#PCBR108
94
EA
Brooklyn VAMC: 6th Floor West
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0004
Pawling Company
Foundation Series
Handrail, Stainless
Over Stainless, Model
BR-4RSS
Mounting Bracket for
Foundation Series
Handrail ** Quantity is
approximate, allow for
32" on center spacing
Stainless Steel Returns
for Foundation Series
Handrail:
Custom Sizes for
Fabrication
61" made in 2Pcs
65 1/2" made in 2Pcs
117 " made in 2Pcs
25 1/2" made in 2Pcs
31 1/2" made in 2Pcs
23" made in 2Pcs
39.5" Made in 1pc
126 1/2" Made in 1pc
33" Made in 1pc
43" Made in 1pc
86" Made in 1pc
21" Made in 1pc
51 1/2" Made in 1pc
24 " Made in 1pc
25 1/2 " Made in 1pc
32 " Made in 1pc
40" Made in 1pc
111" Made in 1pc
77 " Made in 1pc
53" Made in 1pc
26 1/2" Made in 1pc
39 " Made in 1pc
29 " Made in 1pc
90 1/2" Made in 1pc
49 " Made in 1pc
147 " Made in 1pc
87" Made in 1pc
45 1/2" Made in 1pc
1
EA
0005
Steri-Guard -Crash Rail
stainless steel wall
guard, #4 finish, 1/4"
thick x 4" high,
CUSTOM
FABRICATED to field
measurements,
stainless steel Z
bracket with 3"
projection, priced per
linear foot, includes all
corners and returns,
hidden hardware
SKU#PCCRS104ZBHH
Custom Sizes for
Fabrication Steri-Guard
-Crash Rail stainless
steel wall guard
61" made in 2Pcs
65 1/2" made in 2Pcs
117 " made in 2Pcs
25 1/2" made in 2Pcs
31 1/2" made in 2Pcs
23" made in 2Pcs
39.5" Made in 1pc
126 1/2" Made in 1pc
33" Made in 1pc
43" Made in 1pc
86" Made in 1pc
21" Made in 1pc
51 1/2" Made in 1pc
24 " Made in 1pc
25 1/2 " Made in 1pc
32 " Made in 1pc
40" Made in 1pc
111" Made in 1pc
77 " Made in 1pc
53" Made in 1pc
26 1/2" Made in 1pc
39 " Made in 1pc
29 " Made in 1pc
90 1/2" Made in 1pc
49 " Made in 1pc
147 " Made in 1pc
87" Made in 1pc
45 1/2" Made in 1pc
67" Made in 1pc
184 1/2" Made in 1pc
1
EA
HANDRAIL AND WALL GUARD SYSTEMS WITH
ASSOCIATED PARTS & MATERIAL
PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
BROOKLYN VA MEDICAL CENTER
NYHHCS
PURPOSE
Obtain handrail and wall guard systems, at the Brooklyn VA Medical Center ( BK VAMC ), referred to as the Government.
SCOPE OF WORK
The Supplier shall provide parts and material specified within this contract.
Contractor shall not make any alteration or additions to the equipment without prior written approval from the CO/COR.
EQUIPMENT
Installation shall be conducted by VAMC staff. This contract is to cover the procurement and delivery of Handrail/Guardrail systems at BK VAMC, to include but not limited to the following Brand Name or Equal materials:
BK VAMC: 12 WEST
QTY DESCRIPTION
20
Vinyl Handrail/Crashrail Combination, 6-1/4'' high with color reveal insert, 1-1/2'' diameter grip, 12' Lengths
SKU# PCBR400V
80
Left / Right Returns For PCBR400V Handrail SKU# PCBR425V
94
Vinyl Mounting Bracket For BR-400 Series Handrails SKU#PCBR108
BK VAMC: 6 WEST
Pawling Company Foundation Series Handrail:
Stainless Over Stainless, ModelBR-4RSS
Mounting Bracket for Foundation Series
Handrail (Quantity is approximate, allow for 32" on center spacing Stainless Steel Returns for Foundation Series Handrail)
Custom Sizes for Fabrication:
61" made in 2Pcs
65 1/2" made in 2Pcs
117" made in 2Pcs
25 1/2" made in 2Pcs
31 1/2" made in 2Pcs
23" made in 2Pcs
39.5" Made in 1pc
126 1/2" Made in 1pc
33" Made in 1pc
43" Made in 1pc
86" Made in 1pc
21" Made in 1pc
51 1/2" Made in 1pc
24" Made in 1pc
25 1/2 " Made in 1pc
32" Made in 1pc
40" Made in 1pc
111" Made in 1pc
77" Made in 1pc
53" Made in 1pc
26 1/2" Made in 1pc
39" Made in 1pc
29" Made in 1pc
90 1/2" Made in 1pc
49" Made in 1pc
147" Made in 1pc
87" Made in 1pc
45 1/2" Made in 1pc
Steri-Guard - Crash Rail:
Stainless steel wall guard, #4 finish, 1/4" thick x 4" high
CUSTOM FABRICATED to field measurements, stainless steel Z bracket with 3" projection, priced per linear foot.
(Includes all corners and returns, hidden hardware SKU#PCCRS104ZBHH)
Custom Sizes for Fabrication:
61" made in 2Pcs
65 1/2" made in 2Pcs
117" made in 2Pcs
25 1/2" made in 2Pcs
31 1/2" made in 2Pcs
23" made in 2Pcs
39.5" Made in 1pc
126 1/2" Made in 1pc
33" Made in 1pc
43" Made in 1pc
86" Made in 1pc
21" Made in 1pc
51 1/2" Made in 1pc
24" Made in 1pc
25 1/2" Made in 1pc
32" Made in 1pc
40" Made in 1pc
111" Made in 1pc
77" Made in 1pc
53" Made in 1pc
26 1/2" Made in 1pc
39" Made in 1pc
29" Made in 1pc
90 1/2" Made in 1pc
49" Made in 1pc
147" Made in 1pc
87" Made in 1pc
45 1/2" Made in 1pc
67" Made in 1pc
184 1/2" Made in 1pc
GOVERNMENT FURNISHED PROPERTY
The Government will not provide any materials to satisfy this order. All material to be provided by Supplier.
Delivery shall be provided no later than 60 days after receipt of order (ARO).
Place of Performance/Place of Delivery
Address:
NYH VA Healthcare System
Brooklyn VA Medical Center
800 Poly Place
Brooklyn, NY
Postal Code:
11209
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
Addendum to FAR 52.212-1
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR | Acquisition.GOV and VAAR | Acquisition.GOV
FAR 52.204-7 System for Award Management (OCT 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204 26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212 3, Offeror Representations and Certifications Commercial Products and Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204 26, or in paragraph (v)(2)(ii) of the provision at 52.212 3.
(a) Definitions. As used in this provision
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services.
(d) Representations. The Offeror represents that
(1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds will in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that
It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds does in paragraph (d)(2) of this section.
(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded will in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(ii) For covered services
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded does in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(ii) For covered services
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
FAR 52.233-2 Service of Protest [SEP 2006]
Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Steven Abbey
Steven.Abbey@va.gov
Hand-Carried Address:
Department of Veterans Affairs
James J. Peters VA Medical Center
Network Acquisition & Logistics(10N3NAL)
130 West Kingsbridge Road
Bronx NY 10468
Mailing Address:
Department of Veterans Affairs
James J. Peters VA Medical Center
Network Contracting Office 3 (10N3NCO)
130 West Kingsbridge Road
Bronx NY 10468
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
VAAR 852.233-70 Protest Content/Alternative Dispute Resolution [OCT 2018]
VAAR 852.233-71 Alternate Protest Procedure [OCT 2018]
VAAR 852.239-75 Information and Communication Technology Notice (FEB 2023)
End of Addendum to 52.212-1
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services
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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services NOV 2023
Addendum to FAR 52.212-4
FAR 52.252-2 Clauses Incorporated by Reference [FEB 1998]
FAR | Acquisition.GOV and VAAR | Acquisition.GOV
FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023)
FAR 204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.201-70 Contracting Officer s Representative (DEC 2022)
VAAR 852.203-70 Commercial Advertising (MAY 2018)
VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.232-72 Electronic Submission of Payment Requests [NOV 2018]
VAAR 852.242-71 Administrative Contracting Officer [OCT 2020]
VAAR 852.246-71 Rejected Goods (OCT 2018)
VAAR 852.247-73 Packing for Domestic Shipment [OCT 2018]
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2023)
The following subparagraphs of FAR 52.212-5 are applicable:
The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements [JAN 2017] (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. [NOV 2021] (Section 889(a)(1)(A) of Pub. L. 115 232).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations [NOV 2015].
52.232 40, Providing Accelerated Payments to Small Business Subcontractors [MAR 2023] (31 U.S.C. 3903 and 10 U.S.C. 3801).
52.233-3, Protest After Award [AUG 1996] (31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim [OCT 2004] (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.239-1 Privacy or Security Safeguards (Aug 1996)
All quoters shall submit the following: 1 copy of their offer.
All quotes shall be sent to the Contract Specialist: Steven Abbey at Steven.Abbey@VA.gov .
Award will be based upon an evaluation of quotes that conforms to the requirements of this solicitation and is the lowest priced offer.
The following are the decision factors:
(a) Basis for Award. The Government will issue a delivery order to the responsible quoter whose quotation conforming to the brand name or equal solicitation will be most advantageous to the Government. Quotes that meet this requirement will be evaluated on price alone.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
Commercial Items, the following instructions to offerors apply:
OFFER SUBMISSION
Offerors shall submit their offer via email to Steven Abbey at Steven.Abbey@va.gov by 4 pm, eastern time (et), January 08, 2024. Offers shall include the following:
Pricing:
Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements and is consistent with the various elements of the offer.
All Offerors shall be registered and current in the System for Award Management (SAM) database at time of submission.
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 January 08, 2024 at Steven.Abbey@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 to the Point of Contact listed below.
Point of Contact
Steven P Abbey II
Contract Specialist
Network Contracting Office (NC02)
76 Veterans Avenue
Bldg 30 Room 317
Bath, NYÂ 14810
Phone: 607-664-4969
Fax: 607-664-4482
Steven.Abbey@va.gov