Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

65 -- Disinfection Robot

Notice Date
3/23/2020 8:40:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0212
 
Response Due
3/26/2020 12:00:00 AM
 
Archive Date
04/25/2020
 
Point of Contact
JOANNA HUDSON-LUNDQUIST JOANNA.HUDSON-LUNDQUIST@VA.GOV
 
E-Mail Address
joanna.hudson-lundquist@va.gov
(joanna.hudson-lundquist@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C260Q0212 UTILITY VEHICLES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 5:00 PM (PST) on March 24th, 2020. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to joanna.hudson-lundquist@va.gov no later than 5:00 PM (PST) on March 26th, 2020. This is a Request for Quote (RFQ) and the solicitation number is 36C26020Q0212. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 334413 - Semiconductor and Related Device Manufacturing, size standard of 1250 employees. This solicitation is a 100% set-aside for Small Businesses (SB). List of Line Items: ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 TRU-D | Tru-D SmartUVC V9 Room Disinfection Robot, Includes: - on-site training, - iPad mini controller, iPod touch door guard, and additional safety accessories - (1) year service agreement. 1 EA 0002 TRU-D SA-2P | Service Agreement - 2 Year Extension (years 2 & 3) 1 EA GRAND TOTAL: __________ \ Description of Requirements for the items to be acquired: This RFQ is for a Brand name: True-D SmartUVC V9 Room Disinfection Robot ( Disinfection Robot ) consisting of all items listed in (v) above. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: SPOKANE VA MEDICAL CENTER GENERAL WAREHOUSE, BUILDING 14 4825 NORTH ASSEMBLY STREET SPOKANE, WA 99205 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price. Volume I Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: (a) This is FAR Part 13 acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price only. The following factor shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following VAAR Clauses are to be incorporated by reference: 52.246-70 Guarantee; 852.203-70 Commercial Advertising; 852.232.72 Electronic Submission of Payment Requests; 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.212-3 Offeror Representations and Certifications Commercial Items; 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to joanna.hudson-lundquist@va.gov no later than 12:00 PM (PST) on March 26th, 2020. Name and email of the individual to contact for information regarding the solicitation: Joanna Hudson-Lundquist joanna.hudson-lundquist@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT 1. Contracting Activity: Requesting Activity: Department of Veterans Affairs, Spokane V.A. Medical Center Network Contracting office (NCO) 20 General Warehouse, Building 14 5115 NE 82nd Ave, 4815 North Assembly Street, Vancouver, WA 98662 Spokane, WA 99205 2. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This Brand name product request is for an additional TRU-D SmartUVC room Disinfection Robot ( True-D ) for the Sterile Processing Department of the Spokane V.A. Medical Center, Spokane, WA (SVAMC). True-D is used to eradicate harmful pathogens in the isolation discharge and other hospital rooms to reduce, among others, the risk of acquisition and infection from MRSA, VRE and C. diff. 3. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The following key characteristics of True-D limit the availability of the robot to one Brand only. These are: a) Elimination of the human element in the robot disinfection process. Tru-D disinfects the entire room from a single placement within the room, as the device adapts itself to the room environment (regardless of the positioning by the operator). Therefore, the equipment does not need to be re-positioned to treat pathogens blocked during the initial placement. This eliminates the risk of omitting an area due to incorrect placement by the hospital staff; b) Sensor 360 and Smart UVC systems exclusively patented by Tru-D ensures that the device does not power down until the specific, required dosage of UVC is delivered to all surfaces; as well as c) Provide a full validation of dose delivered for every disinfection cycle and report on every premature equipment abort, including the reason, thereof. 4. Description of market research conducted and results or statement why it was not conducted: Initial market research revealed two (2) major competitors to Tru-D SmartUVC, LLC: Steris and Xenex. Steris used to manufacture a disinfection robot called Pathogen, but this has been eliminated from Steris portfolio, last year. Xenex brand robots require multiple placements. Disinfection units that rely on multiple placements/employ multiple UV emitters, disinfect line of sight , only. As such they need to be repositioned by the staff to ensure disinfection of shaded areas. The use of True-D will eliminate the risk of housekeeping/nursing staff placement error and/or possible skipping of essential placements to save time (as they operate, under pressure, to deliver patient care to an increasing number of Veterans and attend to other tasks). True-D robot enables user to eliminate the human element, as much as possible, in the last step of the disinfection process. Therefore, to eliminate human error in the ever increasingly important disinfection process and free staff time to patient care, SVAMC decided that a purchase of True-D was in the best interest of the Government, at this time. Further market research confirmed that there are at least three (3) business concerns in the SB socio-economic category able to PROVIDE Tru-D to the VA on a GSA and/or open market basis. Therefore, it is proposed that this procurement be set-aside for SB business concerns and competed on FBO as a Brand name requirement. This procurement method was determined in the best interest of the Government to ensure that award is made to a responsible source capable of meeting the needs of these requirements at a fair and reasonable price. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6a3f3660a2640d182ad0dd758bb96b5/view)
 
Place of Performance
Address: 99205
Zip Code: 99205
 
Record
SN05597792-F 20200325/200323230151 (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.