Arkansas Bids > Bid Detail

2320--Semi-Tractor South-Central VA Healthcare Network (VISN 16)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159072068294201
Posted Date: May 9, 2023
Due Date: May 16, 2023
Solicitation No: 36C25623Q1001
Source: https://sam.gov/opp/672abec433...
Follow
2320--Semi-Tractor South-Central VA Healthcare Network (VISN 16)
Active
Contract Opportunity
Notice ID
36C25623Q1001
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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 (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 09, 2023 04:32 pm CDT
  • Original Date Offers Due: May 16, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 2320 - TRUCKS AND TRUCK TRACTORS, WHEELED
  • NAICS Code:
    • 336212 - Truck Trailer Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Central Arkansas Veterans Healthcare System North Little Rock , AR 72114
Description

This is a combined synopsis/solicitation for commercial items prepared In Accordance With (IAW) 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.
This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, dated 03/16/2023.
This acquisition is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside IAW FAR 19.1405.
The associated North American Industrial Classification System (NAICS) code for this procurement is 336212, Truck Trailer Manufacturing with a size standard of 1000 employees. The Federal Supply Code (FSC)/Product Service Code (PSC) is 2320, Trucks and Truck Tractors, Wheeled.
The Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) located at 5075 Westheimer Road, Suite 750, Houston, TX 77056 is seeking to purchase One (1) Class 8, 2023/2024 Freightliner Cascadia 126-inch Sleeper Cab semi-tractor or Equal.
All interested vendors shall provide Brand Name or Equal quotations for the following schedule:
Line Item
Description
Quantity
Unit of Measure
Unit Price
Extended Price
0001
Brand New Class 8, 2023/2024 Freightliner Cascadia 126-inch Sleeper Cab Semi-Tractor or Equal.

1
EA
0002
5 Years/500,000 Miles Extended Warranty:
- Extended Engine Coverage
- Extended Truck Coverage

1
FE
Total
The specifications and features listed in Attachment A has been identified as meeting the needs of the Government.
Reference attached document: Attachment A - Specifications and Features spreadsheet for the salient characteristics that will be used to determine if other than the brand name is equal to the item that meets Government requirements.
The salient characteristics identified in Attachment A are intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies that fulfill the required specifications.
This acquisition is allowing vendors to submit quotes for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this combined synopsis-solicitation. Vendors shall enter exactly what they are quoting (including make, model and description) for the quote to be considered. The VA will evaluate 'equal' items on the basis of information furnished by the vendor or identified in the quote. The VA is not responsible for locating or obtaining any information not identified in the quote.
Interested vendor shall specify a delivery lead time or number of days After Receipt of Order (ARO) within their quote. No partial shipments unless specifically authorized at the time of award.
The Government is requesting delivery no later than 45 days ARO to the following location:

Place of Delivery

Att: Sonya L. Stokes-Sumrall
Department of Veterans Affairs
Central Arkansas Veterans Healthcare System
2200 Fort Roots Drive
North Little Rock, AR 72114

Invoicing
Invoices shall be submitted in arrears upon inspection and acceptance of all products. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.

FSC e-Invoice Payment at http://www.fsc.va.gov/fsc/einvoice.asp
Invoice Setup Information 1-877-489-6135

The following solicitation provisions apply to this acquisition:
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 PRODUCTS AND COMMERCIAL SERVICES
Mar 2023
52.212-2
EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Nov 2021
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 Items. If paragraph (j) of the provision is applicable, a written submission is required.
Dec 2022

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 page 1 of this document.
A competed Contractor Contract Administration Data, located on page 16 of this document.
An Authorized Distributor Letter from Original Equipment Manufacturer (OEM), which shows evidence of being an authorized OEM authorized dealer, authorized distributor or authorized reseller for the proposed products.
A proposed delivery lead time after receipt of order.

For the purpose of evaluation of technical acceptability, the Contractor shall provide all of the salient physical, functional, or performance characteristics of the offered product(s), manufacturer sales literature or other product literature which clearly documents that the offered product(s) meet or exceed all of the requirements. The contractor may include any other information that is deemed necessary.

The offeror shall complete the required clause fill-ins and return a signed copy of 852.219-76 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products Certification, located on page 8 - 10 of this document.
Note: If all requested documents above are not submitted with your quote you may be deemed ineligible for award.
(End of Addendum to 52.212-1)
Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
In accordance with FAR 13.106-2(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.
The following factors shall be used to evaluate offers: Technical, Delivery Lead Time, and Price. The Government will award a single Firm-Fixed Price contract to the responsible vendor whose quotation conforming to the solicitation is 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:
Factor 1 Technical
The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the brand name or equal combined synopsis-solicitation and based on the information requested in the instructions to offerors section of the combined synopsis-solicitation to be eligible for award.

Factor 2 Delivery Lead Time
An evaluation will assess quotes depicting a firm delivery lead time or number of days ARO that is most advantageous to the Government. If delivery lead time or number of days ARO is not provided or deemed unreasonable, you may be ineligible for award.

Factor 3 Price
Offerors' price quotes will be evaluated to determine the price is fair and reasonable in accordance with FAR 13.106-3 (a). In addition, the offeror s price will be compared against competing quotes and the independent Government cost estimate. Quotations should include a proposed unit price for each line item, as well as the extended amount (unit price multiplied by quantity).

Note: Pricing shall be all inclusive (ex. Shipping cost should be rolled into the line item of the product and not separated as a sperate line item).

The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.

(End of Addendum to 52.212-2)

The following contract 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
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
Oct 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Aug 2020
52.211-6
BRAND NAME OR EQUAL
Aug 1999
52.212-4
CONTRACT TERMS AND CONDITIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Dec 2022
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Mar 2023
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
Mar 2023
852.203-70
COMMERCIAL ADVERTISING
May 2018
852.246-71
REJECTED GOODS
Oct 2018

ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (NOV 2022)
(a) Definition. for the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB :
(1) Means a small business concern
(i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and
(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP listed SDVOSB, unless otherwise stated in this clause.
(2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).
(4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause).
(b) General.
(1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered.
(2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award.
(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences.
(c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70.
(d) Agreement. When awarded a contract action, including orders under multiple award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219 75 or 852.219 76 as applicable). These requirements are summarized as follows:
(1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/ VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.
(2) Supplies/products.
(i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract.
(ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements.
(3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs.
(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs.
(5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6.
(e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows:
[] By the end of the base term of the contract or order, and then by the end of each subsequent option period; or
[X] By the end of the performance period for each order issued under the contract.
(f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program.
(h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406 2 Causes for Debarment).
(End of Clause)

VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING--CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (NOV 2022)
(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:
(i) [ ] In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it 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 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act.
(2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]:
(i) [] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i).
(ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer.
[ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18).
[ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied.
[ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice.
(iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] b If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.]
(3) 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.
(4) 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 or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers 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. 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.
Certification
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)
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 means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment;
(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; and
(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 at the current website address provided in the contract.
(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).
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances in this paragraph (e), 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 852.242-71 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)
VAAR 852.247-71 DELIVERY LOCATION (OCT 2018)
Shipment of deliverable items, other than reports, shall be to:
Att: Sonya L. Stokes-Sumrall
Department of Veterans Affairs
Central Arkansas Veterans Healthcare System
2200 Fort Roots Drive
North Little Rock, AR 72114

(End of Clause)
VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018)

Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation.
(End of Clause)
(End of Addendum to 52.212-4)

The following subparagraphs of FAR 52.212-5 are applicable:
FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
Jun 2020
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
Nov 2021
52.219 28
POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
Mar 2023
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES
Dec 2022
52.222-21
PROHIBITION OF SEGREGATED FACILITIES
Apr 2015
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
52.222-37
EMPLOYMENT REPORTS ON VETERANS
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 (41 U.S.C. CHAPTER 83)
Oct 2022
52.225-3
BUY AMERICAN-FREE TRADE AGREEMENTS-ISRAELI TRADE ACT (DEVIATION) - ALTERNATE II
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

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.
All questions must be received in writing on or before May 12, 2023 at 2:00 PM Central Standard Time (CST). No phone inquiries will be accepted. All questions, comments, and requests for information regarding this acquisition shall be sent by email and cite the combined synopsis-solicitation number (36C25623Q1001) in the subject line. Government reserves the discretion not to respond to any inquiries submitted after May 12, 2023 at 2:00 PM CST. All responses to questions will be incorporated into a written amendment.
All quotes shall be sent electronically via email to Marcos Madrazo-Jones at marcos.madrazo-jones@va.gov. Quotations shall be received no later than 4:00 PM CST, Tuesday, May 16, 2023.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this combined synopsis-solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Marcos Madrazo-Jones, Contracting Officer, (713) 791-1414 ext. 22136 or marcos.madrazo-jones@va.gov.
STATEMENT OF WORK (SOW)

BACKGROUND:
The Department of Veterans Affairs (VA), South Central VA Health Care Network, Veterans Integrated Services Network 16 (VISN 16) is the nation s largest system of VA hospitals and clinics within an area plagued by natural disasters. VISN 16 is home to 600,000 plus Veterans in an area spread across 8 states and Community-Based Outpatient Clinics (CBOC s) that span over 200 plus counties. Â
REQUIREMENTS:
To enhance medical mobile capabilities for transporting equipment during steady state and response to support the medical center, VISN 16 is seeking to procure One (1) Class 8, 2023/2024 Freightliner Cascadia 126-inch Sleeper Cab semi-tractor or Equal.
The semi-tractor shall be of the latest model complying with the respective international standards of quality. The semi-tractor shall be brand new and complete in all respect for its operations as per mentioned specifications.
SUBMITTALS:
The Contractor shall submit with completed, a full drawing package, which includes specific dimensions, and other interior features; exterior side views showing door locations, windows, under storage locations, and exterior logos.
SPECIFICATIONS AND FEATURES:
The specifications and features listed in Attachment A has been identified as meeting the needs of the Government.
Reference attached document: Attachment A - Specifications and Features spreadsheet for the salient characteristics that will be used to determine if other than the brand name is equal to the item that meets Government requirements.
WARRANTY:
The contractor shall provide the standard warranty on the unit as well as the power train. The 5 Years/500,000 miles extended warranty shall be provided in accordance with line item 0002.
EQUIPMENT MANUALS:
The contractor will provide a comprehensive owner s manual and laminated quick operational guide for the unit. Manuals for all appropriate components shall also be provided.
DELIVERY:
Delivery of shall occur no later than 45 days After Receipt of Order (ARO) to the following location:
Attn: Sonya L. Stokes-Sumrall
Department of Veterans Affairs
Central Arkansas Veterans Healthcare System
2200 Fort Roots Drive
North Little Rock, AR 72114

The contractor shall coordinate with the service line POC, Ms. Sonya Stokes-Sumrall at sonya.stokes-sumrall@va.gov or (601) 955-1118 one (1) week prior to delivery.
CONTRACT MODIFICATIONS:
Pursuant to Federal Acquisition Regulation (FAR) 43.102, no government personnel other than the Contracting Officer (CO) can execute contract modifications on behalf of the government. The Contractor shall communicate with the Government point of contact on all matters pertaining to contract administration and technical direction. Only the CO is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract.
(End of Statement of Work)






CONTRACT ADMINISTRATION DATA
Contract Administration: All contract administration matters will be handled by the following individuals:

a. CONTRACTOR:
____________________________

____________________________

Phone: ______________________

Email: _______________________

SAM UEI Number: ________________

TAX ID: ______________________

b. GOVERNMENT:
Marcos Madrazo-Jones, Contracting Officer (CO)
Department of Veterans Affairs
Network Contracting Office 16
5075 Westheimer Road, Suite 750
Houston, TX 77056
Email: marcos.madrazo-jones@va.gov
Sonya Stokes-Sumrall, Service Line Point of Contact
Department of Veterans Affairs
Veterans Integrated Services Network 16
715 South Pear Orchard Drive
Ridgeland, MS 39157
Email: sonya.stokes-sumrall@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 09, 2023 04:32 pm CDTCombined Synopsis/Solicitation (Original)

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 >