Washington Bids > Bid Detail

W099--Tent Rental and Event Support Service DC VAMC Winterhaven Homeless Event

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159873153529956
Posted Date: Oct 26, 2023
Due Date: Nov 1, 2023
Source: https://sam.gov/opp/abcc3f486f...
Follow
W099--Tent Rental and Event Support Service DC VAMC Winterhaven Homeless Event
Active
Contract Opportunity
Notice ID
36C24524Q0079
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 26, 2023 10:10 am EDT
  • Original Published Date: Oct 25, 2023 02:54 pm EDT
  • Updated Date Offers Due: Nov 01, 2023 11:00 am EDT
  • Original Date Offers Due: Nov 01, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 16, 2023
  • Original Inactive Date: Nov 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W099 - LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 532284 - Recreational Goods Rental
  • Place of Performance:
    Washington DC Medical Center See attached SOW for details Washington , 20422
Description

Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 6 of 6 Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 1 of 6 1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. B. This solicitation is set aside for competition among small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 532284, with a small business size standard of $9 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its quote via email to Robert.OkeefeJr@va.gov. Offeror must provide the following information with its quote: A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number. B. Information that demonstrates your company s technical capability: (1) Experience performing outdoor tent events and staging services for VA or other entities. (2) Experience coordinating, shipping, staging, installing & managing tent/equipment rental services. C. Information that demonstrates your company s past performance performing similar, relevant services. D. Completed Price Schedule - Offeror must enter its unit price for the entire job as a firm-fixed-price to complete the event in its entirety. E. Scheduled site visit is Tuesday October 31, 2023 at 10:00am. POC: David Mosley - David.Mosley@va.gov Washington DC VA Medical Center 50 Irving St. NW Washington, DC 20422 Note: The site visit is for information gathering and field measurements ONLY. There will be no changes to the statement of work or amendments to the solicitation as a result of the site visit. F. Questions: All questions must be received by October 31, 2023, by 14:00hrs for our team to respond promptly. All questions submitted for this solicitation must be electronically sent to the following email address: Robert.OkeefeJr@va.gov. 3. Date & time quotes are due: Nov 1, 2023, at 11:00 AM Eastern Time. **NOTE** late submissions will not be accepted. This is a time sensitive requirement. 4. Evaluation-Commercial Items. The Government intends to award the acquisition based on the quote received as: Lowest Price Technically Acceptable (LPTA). The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government Technically acceptable at fair & reasonable pricing. The evaluation will consider the following: technical capability, past performance, and price. 5. Description of Work: A. Contractor shall provide project management for all products and services to manage, design, order, ship, deliver, install, break down and pick up in the included tent package. See attachment: P09_Statement of Work_Winter Haven for details B. Contract Line-Item Numbers, quantities, unit of measure: See attachment: C03_Price_Cost_Schedule Attachment 6. The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); D. 52.209-7, Information Regarding Responsibility Matters (OCT 2018); E. 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Robert.OkeefeJr@va.gov; F. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and G. 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. 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 (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-13, System for Award Management Maintenance (OCT 2018); D. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); E. 52.222-49, Service Contract Labor Standards Place of Performance Unknown (MAY 2014). Fill-in information in paragraph (a): The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by the solicitation closing date and time; F. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021); G. 852.201-70, Contracting Officer s Representative (DEC 2022); H. 852.203-70, Commercial Advertising (MAY 2018); K. 852.215-71, Evaluation Factor Commitments (OCT 2019); L. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and M. 852.242-71, Administrative Contracting Officer (OCT 2020). 9. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); C. 52.204-14, Service Contract Reporting Requirements (OCT 2016); D. 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); E. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); F. 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020); G. 52.219-8, Utilization of Small Business Concerns (OCT 2022); H. 52.219-14, Limitations on Subcontracting (OCT 2022); I. 52.219-28, Post Award Small Business Program Representation (MAR 2023); J. 52.222-3, Convict Labor (JUNE 2003); K. 52.222-21, Prohibition of Segregated Facilities (APR 2015); L. 52.222-26, Equal Opportunity (SEPT 2016); M. 52.222-35, Equal Opportunity for Veterans (JUN 2020); N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); O. 52.222-37, Employment Reports on Veterans (JUN 2020); P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); Q. 52.222-50, Combating Trafficking in Persons (NOV 2021); R. 52.222-54, Employment Eligibility Verification (MAY 2022); S. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); T. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); U. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); V. 52.222-41, Service Contract Labor Standards (AUG 2018); W. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). Fill-in information: Laboring, 3502: WG-5; Y. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); Z. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 10. 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.)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • 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 >