Federal Bid

Last Updated on 11 May 2021 at 6 PM
Combined Synopsis/Solicitation
Albuquerque New mexico

5410--NMVAHCS Portable Restroom Trailer

Solicitation ID 36C25821Q0169
Posted Date 11 May 2021 at 6 PM
Archive Date 16 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 258-Network Cntrct Off 22g (36c258)
Agency Department Of Veterans Affairs
Location Albuquerque New mexico United states
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with 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, 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 2021-05 (eff. 03/10/2021). This solicitation is set-aside for Service Disable Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 Prefabricated Metal Building and Component Manufacturing, with a small business size standard of 750 employees. The FSC/PSC is 5410 Prefabricated and Portable Buildings. The New Mexico VA Healthcare Center is seeking to purchase an ADA compliant portable restroom trailer. The portable restroom trailer would be BRAND NAME or EQUAL to the ADA Restroom Trailer +6 Station (Oahu Series) manufactured by Portable Restroom Trailers, LLC. Equivalent trailers must meet the following salient characteristics: . 1 ADA Restroom with toilet and sink . Men s Restroom with toilet, 2 urinals, and 2 sinks . Women s Restroom with 3 toilets and 2 sinks . 225-gallon freshwater tank minimum . 600- gallon wastewater tank minimum . 4-gallon water heater minimum . Electric tongue jack . Spare tire with mount . 50-amp cord (1) . Diamond plate rock guard . Heat and air conditioning- 3 A/C units and wall heaters (or equivalent) . 5 GFI Outlets All interested companies shall provide quotations per Attachment A Schedule of Items. Delivery shall be provided no later than 180 days after receipt of order (ARO). FOB Destination. Place of Performance/Place of Delivery Address: Department of Veterans Affairs New Mexico VA Healthcare Center 1501 San Pedro Dr, SE Postal Code: 87108 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 Items [JUN 2020] Please see Attachment B Clauses and Provisions for addenda information pertaining to FAR 52.212-1. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) (JUL 2020) (DEVIATION) 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 Items [OCT 2018] Please see Attachment B Clauses and Provisions for addenda information pertaining to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) (JUL 2020) (DEVIATION) Please see Attachment B Clauses and Provisions for addenda information pertaining to FAR 52.212-5. All quotes shall be sent to Shannon McNiel @ [email protected]. Award will be based upon a price-only comparison of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 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 questions pertaining to this solicitation shall be received not later than 04 May 2021 @ 1500 AZ Time. Please submit all questions via email @ [email protected]; no other means of communication will be accepted. Submission of your response shall be received not later than 17 May 2021 @ 1500 AZ Time. Please submit all quotes via email @ [email protected]; no other means of communication will be accepted. 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. Please see 36C25821Q0169 0001 which published Vendor Q&A. Please see 36C25821Q0169 0002 which changed the delivery lead time and extended the deadline for responses. Point of Contact Shannon McNiel [email protected]
Bid Protests Not Available

Similar Past Bids

Prescott Arizona 20 Jan 2021 at 3 PM
Michael Illinois 19 May 2021 at 6 PM
Orlando Florida 18 Mar 2022 at 5 PM
Michael Illinois 16 Feb 2021 at 6 PM
Pittsburgh Pennsylvania 25 Mar 2021 at 4 PM

Similar Opportunities

Location Unknown 17 Jul 2025 at 4 AM
Trenton New jersey 21 Jul 2025 at 6 PM
Location Unknown 02 Oct 2025 at 4 AM
Boulder city Nevada 16 Jul 2025 at 12 AM
Westfield Massachusetts 28 Jul 2025 at 6 PM