SOLICITATION NOTICE
65 -- (CON)(660) SPS Pass Through Window (VA-20-00035100) BRAND NAME OR EQUAL
- Notice Date
- 4/2/2020 7:23:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25920Q0279
- Response Due
- 4/3/2020 12:00:00 AM
- Archive Date
- 07/02/2020
- Point of Contact
- Donna Gillette 303-712-5768 donna.gillette@va.gov
- E-Mail Address
-
donna.gillette@va.gov
(donna.gillette@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 1 BRAND NAME OR EQUAL Example: UVC-360PT Health Guard Custom Pass Through UVC Disinfecting Station Action Code: Combined Synopsis/Solicitation Notice Solicitation Number: 36C259120Q0279 Date: March 30, 2020 Description of Services: Pass Through UVC Disinfecting Station Classification Code: 6515 NAICS Code: 339113 Contracting Office Address: SAO West, Network Contracting Office 19, 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 � Response Date: April 10, 2020, (1:00 PM MT) POC: Donna Gillette Contracting Officer donna.gillette@va.gov Phone: 303-712-5768 Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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. (ii) Solicitation Number is 36C259120Q0279. The solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12.6. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101effective October 26, 2018. (iv) This acquisition will utilize full-and-open competition after exclusion of sources and set aside for Small Business (SBs). For this acquisition, a firm will be considered small under NAICS 339113 with size standard of less than 750 personnel. (v) The contract line item numbers and items, quantities and units of measure pertaining to this requirement are: CLIN 0001 The Department of Veteran Affairs, Network Contracting Office 19 (NCO 19) has a requirement for a Pass Through UVC Disinfecting Station for the Salt Lake City VAMC. $_______________________ CLIN 0002 Replacement Lamps (8) HSS UVC Replacement Lamps Box Of 8 $__________________________ CLIN 0003 Installation-VA Salt Lake City $____________________________ (vi) Description of Requirements for the items to be acquired (salient characteristics); BRAND NAME OR EQUAL Example: UVC-360PT Health Guard Custom Pass Through UVC Disinfecting Station Pass-Through Unit with opposing doors on either side designed for safety and to ensure correct air flow for sterile processing is maintained (negative air flow in the Decontamination side/positive air flow in the clean side). Customized or able to fit existing pass-through window space. Designed specifically for sterile processing applications. Capable of total surface disinfection. Capable of holding a wide variety of devices and device sizes. Slide out wire shelf 60 second cycle for 99+% microbial disinfection which can be monitored with an indicator strip (at 254nm). Sensor detecting burn out or non-functioning lamps (vi) Acceptance of services received is Salt Lake City VAMC located at 500 Foothill Drive, Salt Lake City, UT 84148 (vii) Provision 52.212-1, Instructions to Offerors Commercial Items (Oct 2015), applies to this acquisition. 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. Offeror 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products based on information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors 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 offeror 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 offeror shall confine submissions to essential matters, enough to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including enough details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (Oct 2014), applies to this solicitation along with the following addenda to the provision: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. 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 and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate equal products based on information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. 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. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to Provision 52.212-2) (ix) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. Offeror Representations and Certifications - Commercial Items (Oct 2016), the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. In addition, complete the following addendum to FAR 52.212-3: 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 52.211-6 Brand Name or Equal. Brand Name or Equal (Aug 1999) ����� (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. ����� (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- ���������� (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; ���������� (2) Clearly identify the item by- ��������������� (i) Brand name, if any; and ��������������� (ii) Make or model number; ���������� (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and ���������� (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. ����� (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. ����� (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. 52.233-2 Service of Protest. As prescribed in 33.106 , insert the following provision: Service of Protest (Sept 2006) ����� (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer, Department of Veteran Affairs 6162 South Willow Drive Suite 300 Greenwood Village, CO 80111 by obtaining written and dated acknowledgment of receipt from ______________________. ����� (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) (x) IAW FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2016), the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. In addition, complete the following addendum to FAR 52.212-3: (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. (xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2016) applies to this acquisition. In addition, the following FAR/VAAR clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 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) 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil (xiii) Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall be submitted in writing to Donna Gillette at donna.gillette@va.gov no later than April 10, 2020 at 1:00 P.M Mountain Time. (xvi) Name and telephone number of individual to contact for information regarding this solicitation: Name: Donna Gillette Telephone: 303-712-5768 Attachments: - SOW
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/507dca09360e43eabec439ec5f3d5a82/view)
- Place of Performance
- Address: Departmento of Veteran Affairs;Salt Lake City VAMC;500 Foothill Drive;Salt Lake City UT 84148 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN05608980-F 20200404/200402230211 (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 |