Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SOLICITATION NOTICE

65 -- BSL: Blanket & Fluid Warming Cabinets

Notice Date
4/24/2020 7:16:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0377
 
Response Due
5/4/2020 12:00:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Ladell Holmes
 
E-Mail Address
ladell.holmes@va.gov
(ladell.holmes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 11 of 11 Combined Synopsis/Solicitation For 36C260-20-AP-2634 1. This is a combined synopsis/solicitation for a Blanket & Fluid Warming Cabinets, Brand Name or Equal as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26020Q0241) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing, Size Standard 1000. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. 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. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for a suitable blanket warmer cabinet that stores and warms linens, blankets, and sterile intravenous (IV) and surgical irrigation fluids in a medical environment at a desired temperature. Salient Characteristics The absolute minimum requirements for this equipment are as follows. Standard Features Dual warming chambers Keyed door lock for single & upper chamber units Displays actual temperature and set points at all times Independent digitally controlled heating chambers Rapid warm time (2-6 hours depending on load) Full view glass door Glass door are double paned tempered glass framed with aluminum. Doors are fully gasketed and hinged on right side or optionally on the left side 300 Stainless Steel (all panels, header and doors) Double walled construction with insulation Push button digital operation Large dual digital displays Fully insulated to provide uniform heating Audible & visual over-temp alarm Warming cabinet hand made from a copper surface that continuously kills bacteria* left behind by dirty hands, killing more than 99.9% of bacteria* within 2 hours. Unit preset to measure temperature in Fahrenheit. Overall Size 26.5 D x 24 W x 64.75 H (673.1mm x 609.6mm x 1645mm) 10.11 Cubic Feet Storage 3 Adjustable Shelves Upper Chamber Internal Dimensions 23 D x 20 W x 13.5 H (584.2mm x 508mm x 342.9mm) 3.59 Cubic Feet Storage Temperature Range 90�-160� F (Tolerance +/- 2� F) Lower Chamber Internal Dimensions 23 D x 20 W x 24.5 H (584.2mm x 508mm x 622.3mm) 6.52 Cubic Feet Storage Temperature Range 90�-160� F (Tolerance +/- 2� F) Electrical 120V 8.3 Amp 50/60 Hz .60 kWh (Avg.), 2047 BTU/hr (Avg.) Cabinets are supplied with a 7 foot (2.3m) long, 14-3 SJT power cord with a 120V (NEMA 15P) hospital grade plug. For multichambered units, ON/OFF switches are supplied for each chamber. Line Item Description Unit Quantity Unit Price Total Price 1 10.11 cu. ft. Warming Cabinet - Dual Chamber, Glass Door, Left Hand Hinge, 26.5""D X 24""W X 64.75""H Approximate Capacity: 52 Blankets or 80 Solution Bottles (1 Liter Each) or Equal Item EA 1 _______ ________ 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8. Delivery shall be within thirty (30) days from the time of award. Shall be delivered to the VA Southern Oregon Rehab CTR, 8495 Crater Lake HWY, White City, OR 97503. FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: a. Technical b. Price c. Delivery - Delivery shall be within thirty (30) days from the time of award Technical is more important than price 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to ladell.holmes@va.gov no later than 12pm PST on 04/27/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad901cf0b17c4ab8b6d43d8301d7d9d0/view)
 
Place of Performance
Address: Department of Veteran Affairs;Puget Sounds VAMC;1660 South Columbian Way;Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN05635713-F 20200426/200424230152 (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.