SOLICITATION NOTICE
65 -- NEW - Lubbock Medivators
- Notice Date
- 8/18/2020 10:48:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q1165
- Response Due
- 8/24/2020 1:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Jim Houston, Contract Specialist, Phone: 972-708-0816
- E-Mail Address
-
james.houston@va.gov
(james.houston@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Advantage Plus Automatic Endoscope Reprocessors, Page 2 of 2 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25719Q1165 is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a Service Disable Veteran Owned Small Business and Veteran Owned Small Business Set-Aside, the NAICS is 339113 and the small business size standard is 750 employees. In order to be eligible an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. SET-ASIDE: This requirement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in Vetbiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The Contractor shall provide all personnel, supervision, transportation, equipment as outlined in the Statement of Work. See the Statement of Work for full details. Item Number Unit Unit Price Qty Description SLIN Net Cost Item Net Cost 0001 EA 1.00 Advantage Plus SS w/compressor #ADV... $ 0002 EA 1.00 INSTALL ADV PT-BUS, US #INS1015 0003 EA 1.00 INTERCEPT PLUS, 2X5 #ML020145 0004 EA 2.00 RAPICIDE PA, ASSEMBLY ML020117 0005 EA 1.00 IMPLEMENTATION SERVICE IMP01 0006 EA 1.00 TEST STRIPS RAPI PA 2X100 #ML020118 0007 EA 1.00 ADV PT OPERATOR TRAINING #OPT1007 0008 EA 1.00 TRIM KIT,1X, 110-160MM,FW #78401555... Place of Performance: Amarillo VACHS (504), 6010 Amarillo Blvd W, Amarillo, Tx 79106 Type of Contract: A Firm Fixed Price Base Period of Performance: Base: TBD Instructions to Offerors Evaluation FACTORS For Award Evaluation Factors for Award I. Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA). The quotes will be evaluated on the basis of the evaluation factors listed below. The technical area will be evaluated on an ""acceptable"" or ""unacceptable"" basis. Only those contractors determined to be technically acceptable will be evaluated on price. DEFINITION RATING Passes (or meets) minimum standard requirements Acceptable Fails to meet minimum standard requirements Unacceptable STATEMENT OF WORK Advantage Plus Automatic Endoscope Re-processors GENERAL REQUIREMENTS: Vendor shall provide 2 each Advantage Plus Automatic Endoscope Re-processors as described in the technical requirements below for the Amarillo VA Medical Center at 6010 Amarillo Blvd. West. in Amarillo, TX. TECHNICAL REQUIREMENTS: 2 each Advantage Plus Automatic Endoscope Re-processors that are compatible with current model Advantage Plus Automatic Endoscope Re-processors on station. Asynchronous, dual reprocessing basins Individual channel connectivity and channel blockage monitoring Extensive cycle data management for scope-specific cycle programming, operation and cycle data documentation Utilizes current chemicals Rapicide PA high level disinfectant with Acid and Buffer Barcode reader and hands-free lid operation Utilizes Advantage Hookup Connector Blocks Visual display monitor for real-time reprocessing information Dimensions: 59H x 45W x 36D, Weight: 400lbs, Electrical 100-240 VAC ± 10%: single phase, 50/60HZ; 1000 watts Water Supply: Minimum flow rate: 1.32 GPM (5 LPM) at 35 -87PSI (2.4-6 bar) Water Temperature: 35°C ± 2°C; Water hardness: less than 12 gpg (200ppm) Pre-filter water filters Basin Size 19W x 17L x 7D inch Each AER will have an independent air compressor and vapor management system De-install of current AER s and install of replacement AER s. The vendor must provide a staff in-service following installation and validation of the system. Vendor must have a proven track record for implementation within the VA and provide Amarillo VA medical center references. Requested high level disinfector due to the fact that current inventory and remaining inventory of high-level disinfector s at Amarillo VA HCS will be the product. With that said, the current high-level disinfectant (Rapicide), QA tests for high level disinfectant, filters and consumable items are currently stocked and provided as needed for replacements based on manufactures instructions for use. SITE IMPLEMENTATION: Device will be shipped to Amarillo VAHCS and installation will be completed by both the Vendor and VA Employees. VA shall provide appropriate utilities for the equipment needed for proper equipment installation as per the vendor s site specifications including: Electric Vendor shall provide all necessary labor and materials associated with: Safety Assessment and System configuration Installation/commissioning of the units 2 Operator s and Technical Manuals Time to Completion: 60 Calendar days from Notice to Proceed. TRAINING: Vendor shall provide all necessary user training manuals and to ensure competency and optimal operability. Vendor shall train the users in the operation of the sterilizer following installation. WARRANTY: One Year product warranty for the system SELECTION CRITERIA: The following qualifications submitted by the vendor for this project will be evaluated based upon the following Evaluation Factors: Equipment Specifications The vendor proposes equipment that meets the specifications relative to project need. Project Cost The cost of each proposal shall be evaluated. Experience of Vendor Each proposal shall be evaluated based upon experience of vendor and track record within the healthcare industry and Department of Veterans Affairs. Proximity of Vendor Support Staff- Geographic proximity of maintenance support staff to the Amarillo, TX Area will be evaluated. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Evaluations of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (End of Clause) 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (five) years. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: 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). 52.252-2, Clauses Incorporated by Reference: 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). Full text can be obtained at http://www.acquisition.gov/far/index.html 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes far 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-76 SUBCONTRACTING PLANS MONITORING AND COMPLIANCE. AS PRESCRIBED IN 819.7203(C) INSERT THE FOLLOWING CLAUSE: SUBCONTRACTING PLANS MONITORING AND COMPLIANCE (JUL 2018) (a) This contract includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. (b) Accordingly, any contract resulting from this solicitation will include these clauses, unless the contract is awarded to a small business concern. The Contractor is advised in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing the Contractor's compliance with the plan, including reviewing the Contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting plan. (End of clause) SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than Monday, August 24, 2019, 1500 am CST. Email your quote to james.houston@va.gov. The subject line must specify 36C25720Q1165. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. These services are subject to the Service Contract Act and Wage and Determination (WD 15-5227 Rev.-7) which was first posted on www.wdol.gov on 01/01/2019 and can be assessed at https://www.wdol.gov/wdol/scafiles/std/15-5227.txt?v=6.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8242b2c394c749f0840e6d7ea9b56edb/view)
- Place of Performance
- Address: Department of Veterans Affairs Amerillo VAHCS (504) 6010 Amarillo Blvd W., Amarillo, TX 79106, USA
- Zip Code: 79106
- Country: USA
- Zip Code: 79106
- Record
- SN05763759-F 20200820/200818230205 (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 |