This document is an amendment to a previous combined solicitation, 36C25225Q0653, for a "COMBI OVEN." The purpose of this amendment is to formally cancel the aforementioned solicitation. The government indicates its intention to re-solicit for this requirement in the near future. The general information provided includes the contracting office's zip code (53214-1476), the solicitation number (36C25225Q0653), and a response date/time/zone of August 13, 2025. It is set aside for SBA, with a product service code of 7320 and NAICS code of 333241. The contracting office is the Department of Veterans Affairs, located in Milwaukee, WI, and the point of contact is Rebecca Picchi at Rebecca.picchi@va.gov.
This document is a combined synopsis/solicitation (RFQ) from the Department of Veterans Affairs, Great Lakes Acquisition Center, for the one-time purchase and installation of combi ovens and a reverse osmosis system for the Clement J. Zablocki VAMC in Milwaukee, WI. The solicitation, set aside for Small Businesses, requests quotes for two models of Alto-Shaam Combi Ovens (or equal), a Vulcan Reverse Osmosis System (or equal), and their installation. Key requirements for the combi ovens include natural gas and electric compatibility, stainless steel construction, Wi-Fi enablement, multiple cooking modes, a built-in smoker, and a 2-year extended warranty. The reverse osmosis system must meet water quality standards for the ovens. Installation involves a pre-installation site survey, delivery to the VA Medical Center loading dock, and evening installation hours. Quotes are due by August 19, 2025, at 10:00 AM Central Time, and will be evaluated based on price, technical merit, Veterans’ Involvement, and speed of delivery. Interested companies must submit a quotation, an OEM authorization letter, a Buy American Certificate, and a statement of agreement with the solicitation's terms and conditions.
This document, effective February 1, 2022, is an addendum to FAR 52.212-1, "Instructions to Offerors—Commercial Products and Commercial Services," tailored for Simplified Acquisition Procedures. It outlines crucial instructions for submitting quotes, superseding the standard FAR version. Key provisions include NAICS code and small business size standards, emphasizing a 500-employee standard for non-manufacturing offerors in specific set-asides. It details submission requirements, such as solicitation number, offeror contact information, technical descriptions, warranty terms, and pricing. Offerors must include completed FAR 52.212-3 representations, acknowledge amendments, and agree to all solicitation terms. Quotes are generally firm for 30 days. The document covers product samples, multiple quotes, and procedures for late submissions, revisions, and withdrawals. It clarifies that past performance is not considered in simplified acquisitions. The Government may issue purchase orders based on initial quotes, reserving the right to reject quotes or issue awards to other than the lowest bidder. It also provides guidance on obtaining cited requirements documents and mandates a Unique Entity Identifier (UEI) for quotes above the micro-purchase threshold. Unsuccessful offerors will not be notified, but can request information on resulting purchase orders.
The document outlines the evaluation criteria for commercial products and services under a federal government Request for Quotation (RFQ), effective February 1, 2022. It details the comparative evaluation process, emphasizing that the most advantageous quotation, considering price and other factors, will be selected. Key evaluation factors include Price, Technical merit, Veterans' Involvement, and Speed of Delivery. Technical evaluation assesses how well a quotation meets or exceeds requirements, requiring authorized distributor letters for brand name equipment. Veterans' Involvement offers credit to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), or to quoters subcontracting with them, provided they are verified in the VIP database. Price is evaluated by summing line-item prices, with trade-in credit subtracted from the total. Speed of delivery is also a significant consideration. The government may select a quotation exceeding minimum requirements if it offers additional benefits.
The "BUY AMERICAN CERTIFICATE (OCT 2022)" provision outlines the requirements for offerors to certify the origin of their end products in government solicitations. It mandates that offerors identify domestic end products, specifying those containing critical components, and list foreign end products. For foreign end products not predominantly made of iron or steel, offerors must indicate if they exceed 55% domestic content, excluding COTS items. The document defines key terms like "commercially available off-the-shelf (COTS) item," "critical component," "domestic end product," "end product," and "foreign end product" as per the "Buy American—Supplies" clause. The government will evaluate offers in accordance with Federal Acquisition Regulation part 25, emphasizing compliance with Buy American policies.