Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

65 -- Surgical Instrument Sterilization Pans

Notice Date
2/12/2020 3:54:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0309
 
Response Due
2/19/2020 8:59:59 PM
 
Archive Date
02/26/2020
 
Point of Contact
Kenneth Stephens317-988-1523kenneth.stephens4@vagov
 
E-Mail Address
Kenneth.Stephens4@va.gov
(Kenneth.Stephens4@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation: Sterilization Containers VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 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 number is 36C25020Q0309 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04/ 04-15-2020. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on an all-or-none basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The FSC/PSC is 6515. All interested companies shall provide quotations for the following: Supplies/Services Container requirements: SIZE QTY 12 � X7 � X3 5/8 35 12 � X 5 1/8 X 2 � 4 11 � X 10 � X 4 � 34 18 � X10 � X3 � 22 11 � x10 � x 3 � 18 23 � x10 � x7 3/8 5 23 � X 10 � X 3 � 30 23 � X 10 � X 5 � 12 12 � X 7 � X 5 1/8 6 20 X 5 � X 3 15 18 � X 11 � X 6 12 20 X 5 � X 3 2 23 � X 10 � X4 � 14 18 � X 10 � X4 � 15 23 5/8 X 15 � X 7 4 11 � X 11 � X 6 10 Basket Sizes: Size QTY BASKET 243X253X56MM 15 BASKET 243X253X76MM 15 BASKET 243X253X106MM 10 BASKET 540X253X56MM 11 BASKET 540X253X76MM 10 BASKET 540X253X106MM 12 BASKET 406X253X56MM 19 BASKET 406X253X76MM 10 BASKET 406X253X106MM 15 TRAY WITH LID 274X172X60MM 19 Osteotome case (holds 12 osteotomes) 10 x 9 7/8 x 2 � 10 Curette tray (holds 14 curettes up to 6 � long 5 10 � x 5 x 2 mini basket 5 BASKET 540X344X74MM 3 BASKET 269X171X93MM 4 Microinstrument tray lid 16.5 z 10.88 x 0.75 3 Microinstrument tray lid 21.5 x 10.06 x 0.75 3 Microinstrument tray bottom 21.25 x 10 x 1.5 3 Microinstrument tray bottom 16 x 10 x 1.5 3 Lid sizes shall be the size of the corresponding bottom. Must be able to withstand automated cleaning in a cart wash Must be able to be sterilized using the following modalities: pre-vacuum steam sterilization, V-Pro Max Must have perforated bottoms Must use these current disposable filters and locks for low-temp sterilization: V pro external indicator locks (part #US910) One of these filters (dependent upon size of container) Round polypropylene filer MD344 4.5 x 4.5 filter DST-1 6 x 9 filter DST-2 9 x9 filter DST-3 Must use these current disposable filters and locks for steam sterilization: External indicator locks for steam: need to use either US900 or AS2-3 One of these filters (dependent upon size of container) Round polypropylene filer MD344 4.5 x 4.5 filter DST-1 6 x 9 filter DST-2 9 x9 filter DST-3 Delivery shall be provided no later than 60 days after receipt of order (ARO). Delivery terms shall be FOB destination. Place of Performance/Place of Delivery Address: 1481 W. 10th Street, Indianapolis, IN Postal Code: 46202 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 with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.232-33;52.233-2; 852.233-70; 852.233-71; 852.252-70; FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22 (Fill-ins); 52.217-8 (Fill-ins); 52.217-9 (Fill-ins); 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6; 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 All quoters shall submit the following: Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to Kenneth Stephens at Kenneth.Stephens4@va.gov. 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: Lowest Price Technically Acceptable (LPTA) 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 02/19/2020 at 5:00pm Est. 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. Point of Contact: Kenneth Stephens 317.988.1523 Kenneth.Stephens4@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dddbdd05e806418596334bac835d922a/view)
 
Place of Performance
Address: See below information starting on page two (2).
 
Record
SN05561010-F 20200214/200212230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.