Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOLICITATION NOTICE

71 -- PureSteelT Workstation

Notice Date
4/23/2020 8:52:58 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
36C25020Q0550
 
Response Due
4/28/2020 12:00:00 AM
 
Archive Date
05/29/2020
 
Point of Contact
Department of Veterans Affairs Network Contracting Office (NCO) 10 Christopher A. Callihan Contracting Officer 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131
 
E-Mail Address
christopher.callihan@va.gov
(christopher.callihan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAC 2020-04 01/15/2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 Employees. The Department of Veterans Affair, Network Contracting Activity (NCA) 10, 6150 Oaktree Blvd., 3rd Floor, Independence OH 44131 is seeking to purchase 14 new Prep and Pack workstations. All interested companies shall provide quotation(s) for the following: Recommended Supplies: ITEM DESCRIPTION OF SUPPLIES QUANTITY UNIT 0001 (or Equal) 14.00 EA The PureSteelT Ergonomic WorkStation with Electro-mechanical height-adjustability for standing or sitting height. Features include: push button lifters to adjust work height 8 electrical outlets for wiring additional equipment drawer and shelving for accessories. 72""L x 32""W height-adjustable workstation. 24"" H, standard pegboard assembly. LOCAL STOCK NUMBER: PS-ERGTB-HA-7232-PB-S 0002 (or Equal) 14.00 EA Pre-installed LED light for inspection of woven and non-woven material for defects and quality. Features a dimmer switch to adjust light intensity. LOCAL STOCK NUMBER: PS-ERGTB-LGHT 0003 (or Equal) 14.00 EA The PureSteel Light Hood provides lighting on sink pegboards 4' in length. LOCAL STOCK NUMBER: T-PB-HOOD-04 0004 (or Equal) 14.00 EA Pull out shelf for storage underneath prep and pack tables. Mounted on underside of table 24"" extension out from table. 12"" W pull-out shelf. LOCAL STOCK NUMBER: PS-ERGTB-PSHLF-12W 0005 (or Equal) 28.00 EA The Ergotron Wall Mount Arm Mounts tablets onto back walls for display during visual inspection or for instrument tracking systems. The ergonomic arm integrates with back wall pegboards. LOCAL STOCK NUMBER: PC-VS-ARM 0006 (or Equal) 14.00 EA The Ergotron LX Wall Mounted Keyboard Arm To organize keyboards and computer mice at an appropriate, ergonomic height for every user. with built-in flexibility for wrist, arm, and height adjustment. back tilt keyboard tray to remove pinch points during work. LOCAL STOCK NUMBER: PC-VS-KYBD 0007 (or Equal) 28.00 EA Wall mounted rail for PureSteel Plastic Shelf Bins. for flexible installation and management of bins on pegboards and walls. Includes mounting hardware. Stainless steel. 48""L x 3""H. LOCAL STOCK NUMBER: PS-PSBR-48x3 0008 (or Equal) 196.00 EA Plastic shelf bins that hang on PureSteel pegboards and organize tools and accessories at an easy to reach height. 7""W x 12""L x 4""H LOCAL STOCK NUMBER: PS-PSB-7x12x4 0009 (or Equal) 14.00 EA The PureSteelT Task Light to provide staff with greater illumination in reprocessing areas such as decontamination and prep and pack. Features 27"" gooseneck arm 2x magnifier for precise, controlled light and magnification. Water resistant to work in moist environments. Halogen light source. LOCAL STOCK NUMBER: PS-HAL-LGHT 0010 (or Equal) 14.00 EA Magnetic dry-erase board for pegboards or back walls. Includes attachable marker tray, and 1 dry erase marker. Hardware for installation included. 16""x16"" magnetic dry erase board. LOCAL STOCK NUMBER: PS-MDEB-16x16 0011 (or Equal) 14.00 EA Installation including assembly of back wall peg board on the PureSteel Healthcare Reprocessing table. Mount of accessories to back wall, running and managing of wiring. Final polish and cleaning included. LOCAL STOCK NUMBER: PS-INSTALL Place of Performance Department of Veterans Affairs Louis Stokes Cleveland VAMC 10701 East Boulevard Cleveland, OH 44106 1702 Country: UNITED STATES Award shall be made to the quoter whose quotation is the lowest priced and technically acceptable. The government will evaluate information based on the following evaluation criteria: VAAR 52.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) Sailient Characteristics Each workstation shall have an overhead light that can be adjustable to a total light range of 1000-2000 LUX per requirements in AAMI ST-79. Each workstation shall have one (1) or 2 Monitor stands that must support two (2) 24 Monitors Each workstation shall have one (1) magnetic white board Each workstation shall have two (2) bin rails that will hold at least 10 bins that measure at least 8 L x 4 W x 3 D. Each workstation shall have ten (10) bins that can be hung on the bin rails. These bins will measure a minimum of 8 L x 4 W x 3 D. Each workstation shall have a total of two electrical strips for computers, magnifiers, and borescopes Each workstation shall be height adjustable utilizing electric controls Each workstation shall have a work surface that is 60-73 in width with a 35-38 Depth. Work surfaces with more than 65 W. will not fit within our current space and those that are under 60 W. will not allow enough room for technical staff. Each table will have a longer depth in order to accommodate Sterile Processing equipment. Each Workstation shall have The Keyboard and mouse pad located under the monitors with the use of one (1) flat screen keyboard mount and will be connected to the Monitor stand. Each Workstation shall have one (1) hanging pedestal 6-8 drawer Each workstation shall have a CPU Holder that will fit our current CPU or larger. Current dimensions of this CPU are 13.8 H, 6.1 W x 3 D. Each workstation will have an attached magnifier which will have at least 125% Magnification, a 5-10 Diopter lens, a focal length of 8-14 and LED Lighting. Each workstation shall have an extra surface attached under the unit that can be pulled out by the SPS technician that would give him/her approximately 25-36 of length in order to wrap items. This surface would have to hold a minimum of 50 lbs. Once the individual is done wrapping, it could be pushed back into the unit for storage. Each workstation shall have A light built into the work surface that allows the technician to inspect wrapping materials. Packaging and Delivery All units will be turnkey installed within 14 days after delivery of units. Weekend work will be needed in order to not impede on Sterile Processing Workflow and operations. Completed units will be delivered within 30 days after contract has been awarded to: VA Northeast Ohio Health Care System c/o Sterile Processing Service room 1-w-122 10701 East Blvd Cleveland, Ohio 44106 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 (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2019) 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) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 852.203-70 COMMERCIAL ADVERTISING MAY 2018 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) 1 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 852.246-71 REJECTED GOODS OCT 2018 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 GRAY MARKET LANGUAGE (MAY 2016) The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, , 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: one electronic copy via email to Christopher A. Callihan @ Christopher.callihan@va.gov. This is an open-market combined synopsis/solicitation for products as defined herein.��The government intends to award purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:59pm 30 April 2020 to Network Contracting Office (NCO) 10 (Ohio, Indiana, & Michigan) 6150 Oaktree Boulevard Suite 300, Independence, OH 44131. Quotes are to be emailed to Christopher Callihan at christopher.callihan@va.gov. 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 contracting officer, Christopher A. Callihan at christopher.callihan@va.gov. Point of Contact Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b49e6e624a04e9a9db451ee9001235a/view)
 
Place of Performance
Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH 44106-1702, USA
Zip Code: 44106-1702
Country: USA
 
Record
SN05634506-F 20200425/200423230158 (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.