This is a combined synopsis/solicitation (36C24823Q0314) for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items/Commercial Service, 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 2022-08 dated October 28, 2022.
This solicitation is Set-Aside to SDVOSB/VOSB Business
The associated North American Industrial Classification System (NAICS) code for this procurement is 322230 with a small business size standard of 750 Employees.
The FSC/PSC is 7510.
The Miami VA Healthcare System (MVAHS), Supply Chain Management Service is seeking a contract for the delivery of office copier paper, Brand Name or Equal to Hammermill Copy Plus.
The RFQ # is 36C24823Q0314.
See Attachments:
1. Instructions to Offerors
2. Performance Work Statement
All interested companies shall provide quotations for the following:
Supplies/Services
Line Item
Description
Quantity
Unit of Measure
0001
MULTI-USE RECYCLED COPY PAPER, LETTER SIZE (8 1/2" X 11"), 20LB, 30% RECYCLED, FSC CERTIFIED, REAMS OF 500 SHEETS, CASE OF 10 REAMS, PALLETS OF 40 CASES, TRUCKLOAD OF 21 PALLETS
1680
CS
0002
MULTI-USE RECYCLED PAPER, LEGAL SIZE (8 1/2" x 14"), 20 LB, 30% RECYCLED, FSC CERTIFIED, REAM OF 500 SHEETS, CASES OF 10 REAMS, PALLET OF 30 CASES
450
CS
Specifications
The paper provided shall be of high-quality Brand Name or equal to Hammermill Copy Plus copy paper.
Required Specifications:
Pallet of 8 x 11 will contain no less than forty (40) cases of paper
Pallet of 8 x 14 will contain no less than thirty (30) cases of paper
Reliable multipurpose copy paper is perfect for everyday use
Paper dimensions: 8.5"W x 11"L (US letter)
Paper weight: 20 lbs.
Brightness rating of 92 for sharp, clear print results
White paper with a smooth finish
500 sheets per ream, 10 reams per carton, 5000 sheets total
Paper is acid-free to prevent from crumbling or yellowing
Meets or exceeds FSC standard
Made in USA
Technology to prevent smudging and smears
99.99 percent jam-free guarantee.
Suitable for use in inkjet and laser printers
The Contractor shall provide all labor, equipment, tools, material, supervision and other items and services to perform the work as defined in this Performance Work Statement, see attachment #2.
1 Truckload during 2nd and 4th Quarter:
2nd Quarter: January, February & March
4th Quarter: July, August, & September
Within 3 business days of an order being placed the contractor shall deliver a tractor trailer of paper to the Supply Chain Warehouse.
Place of Performance/Place of Delivery
Address:
Miami VA Medical Center Supply Chain Management Warehouse
6725 NW 36th Ave, Suite 695
Miami, FL
Postal Code:
33166
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
FAR 52.212-3, Offeror 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 Items. 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 2021)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022)
Only new equipment is acceptable; no remanufactured, used/refurbished or "gray market"
items. No product in development shall be considered. All items must be covered by the
manufacturer's warranty.
All quoters shall submit the following:
The name, address, and telephone number of the vendor.
Tax Identification Number (TIN)
SAM UEI Number /Cage Code
Point of Contact for submission of orders if awarded a contract
Quoted price shall include delivery.
All quotes shall be sent to the following email address: Lakiesha.anderson@va.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.
The following are the decision factors:
Offeror quotations must demonstrate meeting the salient physical, functional, or
performance characteristic specified in this solicitation, otherwise it will be considered
non-responsive. The information identified and provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotations:
Technical or Quality
Price
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum.
(End of Provision)
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 1/4/2023 by 12:00 PM (EST) at lakiesha.anderson@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 by 12/28/2022 by 12:00 PM (EST).
Point of Contact
Contracting Officer
Lakiesha Anderson
lakiesha.anderson@va.gov