Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2025-03. This solicitation is a total set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 Fire Extinguishers, Portable, Manufacturing, with a small business size standard of 550 Employees. The FSC/PSC is 1290 Miscellaneous Fire Control Equipment. The Northern Indiana Healthcare System (NIHS) Veterans Affairs Medical Center (VAMC), 1700 East 38th Street, Marion, IN 46953-4568 is seeking to purchase new portable fire extinguishers to replace end-of-life fire extinguishers at various locations throughout their Marion campus and Fort Wayne campus located at 2121 Lake Avenue, Fort Wayne, IN 46805-5100. All quoters shall submit the following: Pricing quote with sufficient documentation to evaluate the item s functional and technical specifications, Buy American Act Certificate, Warranty/Extended Warranty details, Delivery/Installation Schedule and a copy of authorized distributor letter if not the original equipment manufacturer (OEM). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1 5# ABC Fire Extinguisher Fort Wayne 7 Each 2 10# ABC Fire Extinguisher - Fort Wayne 145 Each 3 11# Halotron Fire Extinguisher - Fort Wayne 8 Each 4 6-Liter K-Class Fire Extinguisher - Fort Wayne 2 Each 5 20# Purple K Fire Extinguisher - Fort Wayne 2 Each 6 10# CO2 Fire Extinguisher Fort Wayne 3 Each 7 10# ABC Fire Extinguisher Marion 300 Each 8 20# ABC Fire Extinguisher Marion 4 Each 9 11# Halotron Fire Extinguisher Marion 2 Each 10 6-Liter K-Class Fire Extinguisher Marion 12 Each 11 20# Purple K Fire Extinguisher Marion 13 Each 12 10# CO2 Fire Extinguisher Marion 3 Each TOTALS: Statement of Work Part I: General Information A. Introduction-Projects The Department of Veterans Affairs Northern Indiana Health Care System (VANIHCS) is seeking a contract to provide all new Portable Fire Extinguisher for VANIHCS. The service will include but is not limited to ordering all new serviceable fire extinguishers, tagging each new extinguisher, replacing each extinguisher at designated areas on VANIHCS, Removal and disposal of all extinguishers. The total number of fire extinguishers will include 500 varies types and sizes. All extinguishers must be UL (Underwriters Laboratories) rated. B. Background VANICHS is approaching the life expectancy on all the fire extinguisher at our facilities. By completing this contract, we will get all our fire extinguishers on the same testing frequency. VANIHCS is mandated to comply with all National Fire Protection Association (NFPA) Standards and Codes, The Joint Commission (TJC), Commission on Accreditation of Rehabilitation Facilities (CARF), and VHA Directives. C. Scope The contractor shall provide a building management report with the following information. At VANIHCS we have a numeric numbering system for each extinguisher which must be identified including the serial Number, Model number, Size, type, location, last serviced, next service, frequency, inspection pass or fail, along with a comment section for any failed or faulty extinguishers during installation. In the header the zone represents each building. All information gathered will must follow NFPA 10 standards for maintenance and testing of portable fire extinguishers. Note: Please see the example below. Part II: Work Requirements A. Technical Requirements/Deliverables The Contractor shall provide all necessary labor, supplies, transportation, equipment, reports, and use the materials provided by VANIHCS to accomplish this project. Furthermore, the contractor shall comply with all NFPA 10 requirements for the duration of this project. The Contractor shall provide the following new fire extinguishers. All extinguishers must be UL (Underwriters Laboratories) rated. 5# ABC Fire Extinguisher-7 each 10# ABC Fire Extinguisher- 445 Each 20# ABC Fire Extinguisher- 4 Each #11 Halotron Fire Extinguisher- 10 Each 6-Liter K-Class Fire Extinguisher- 14 Each #10 CO2 Fire Extinguisher- 5 Each #20 Purple K Fire Extinguisher- 15 Each The Contractor must provide certification that the appropriate fire extinguisher has been replaced by utilizing the checklist style document provided by the Contracting Officer Representative (COR). If any location is identified where there is not a fire extinguisher that needs one, the contractor shall report this to the COR. If the contractor finds a fire extinguisher not identified on the checklist provided, the contractor shall report this to the COR. The Contractor shall remove and dispose of all fire extinguishers at VANIHCS. The Contractor shall provide a building management report with the following information at the end of the contract. At VANIHCS we have a numeric numbering system for each extinguisher which must be identified including the serial Number, Model number, Size, type, location, last serviced, next service, frequency, inspection pass or fail, along with a comment section for any failed or faulty extinguishers during installation. In the header the zone represents each building. All information gathered must follow (NFPA 10) Maintenance and testing of portable fire extinguishers. Note: In the header the zone will represent each building, please see the example below. PART III: SUPPORTING INFORMATION A. Security All employees of general contractor and subcontractors shall comply with VA security management program and obtain temporary VA badges. The employees of the general contractor shall obtain permission of the VA Human Resources, be identified by project and employer, and restricted from unauthorized access. B. Places of Performance VANIHCS, Marion Campus, 1700 E 38th Street, Marion, IN 46953-4568 VANIHCS, Fort Wayne Campus, 2121 Lake Avenue, Fort Wayne, IN 46805-5100 C. Period of Performance The performance period is from date after receipt of award (ARO) for a period not to exceed 90 days. D. Hours of Work All work shall be performed during regular business hours, 8:00 AM 4:30 PM Eastern Standard Time (EST), unless the COR or CO deem the work necessary. The following Federal Holidays are excluded: New Year s Day, Martin Luther King Jr. s Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Delivery shall be provided no later than 90 days after receipt of order (ARO). FOB destination. Any unexpected delays must be communicated to the Contracting Officer. Places of Performance/Places of Delivery VANIHS, Marion Campus, 1700 E 38th Street, Marion, IN 46953-4568 and VANIHS, Fort Wayne Campus, 2121 Lake Avenue, Fort Wayne, IN 46805-5100 (End of Statement of Work) The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, email, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) full text is available at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following contract clauses apply to this acquisition: FAR 52.204-7, System for Award Management (Nov 2024) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror, (AUG 2020) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(5),(9),(12),(31),(32),(33),(34),(36),(39),(49),(51), (55) and (59) FAR 52.225-1, Buy American Supplies (Oct 2022) FAR 52.225-2, Buy American Certificate (Oct 2022) VAAR 852.212-71, Grey Market and Counterfeit Items (Feb 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.273-70, Late Offers (Nov 2021) All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 10 via email to Barbara.Robertson@va.com. 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: Price, technical capabilities, disposal for obsolete item(s), warranty/extended warranty, and speed of delivery. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, 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 your response shall be received not later than 4:00PM EST, Wednesday, 06/04/2025 at Barbara.Robertson@va.gov. No submissions received after the above-mentioned date and time will be accepted. When responding to this announcement, respondents should include RFQ 36C25025Q0616 Replacement Fire Extinguishers in the subject line. 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 not later than Tuesday, 06/02/2025 @ 12:00PM EST. No telephone calls will be accepted. Point of Contact Barbara Robertson, Contracting Specialist, Barbara.Robertson@va.gov.